Section one: Contracting authority
one.1) Name and addresses
Scottish Natural Heritage
Great Glen House, Leachkin Road
Inverness
IV3 8NW
Contact
Procurement Team
contract.advertising@nature.scot
Telephone
+44 1463725097
Country
United Kingdom
NUTS code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00383
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework agreement for the delivery of beaver advice and management interventions
Reference number
PP1177
two.1.2) Main CPV code
- 92534000 - Wildlife preservation services
two.1.3) Type of contract
Services
two.1.4) Short description
NatureScot wish to appoint one or more consultants to a framework agreement for the delivery of beaver advice and management interventions in Tayside and other catchments where beavers are present. The framework agreement will be in place for a maximum of 3 years (expected to commence June 2021). This Notice is Stage 1 of a two-stage procurement process.
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 92534000 - Wildlife preservation services
two.2.3) Place of performance
NUTS codes
- UKM - SCOTLAND
two.2.4) Description of the procurement
The framework agreement will include a range of advisory and management works. The key objectives are:
- to advise NatureScot and clients on techniques and options open to them to lawfully manage the impacts of beaver activity on their land, and to provide advice on appropriate mitigation and wider land management approaches that may help to reduce conflicts.
- following an agreed approach with the land manager and NatureScot, implement a range of management interventions.
Services covered by the framework include:
1. Beaver ecology and land management advice
2. Advice on the interaction between beavers and fisheries, and appropriate mitigation
3. Tree protection using weld mesh and WOBRA deterrent paint (under NatureScot permissions)
4. Dam modification (dam notching; installing flow devices)
5. Beaver exclusion (beaver-proof fencing; lodge exclusion; culvert protection)
6. River restoration, river/flood bank protection and water margin management works
7. Riparian planting
8. Advice on financial support for environmental measures 9. Trapping and transporting beavers as part of translocation projects.
Full details will be provided to candidates short-listed to Stage 2 (Invitation to Tender).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Objective criteria for choosing the limited number of candidates:
The actual number of candidates short-listed to Stage 2 will of course depend on the volume and quality of responses received at Stage 1.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
List and brief description of selection criteria
This relates to Question 4C.1.2 of the SPD linked to this Contract Notice.
Please provide relevant examples of services carried out during the last three (or five if that's available) years as specified in the Contract Notice (examples from both public and/or private sector customers and clients may be provided).
Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this Contract Notice. Responses should also highlight any examples where the candidate worked collaboratively with others (please state who the other contractors were) t deliver the contracted services.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 April 2021
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 April 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This is Stage 1 of a two-stage process. Please allow sufficient time to upload your SPD. Tenders will only be invited from those candidates short-listed to Stage 2 of this process.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=646499.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:646499)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=646499
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff Court
Inverness Justice Centre, Longman Road
Inverness
IV1 1AH
Telephone
+44 1463230782
Country
United Kingdom