Tender

Framework agreement for the delivery of beaver advice and management interventions

  • Scottish Natural Heritage

F02: Contract notice

Notice identifier: 2021/S 000-004692

Procurement identifier (OCID): ocds-h6vhtk-0299c5

Published 9 March 2021, 11:56am



Section one: Contracting authority

one.1) Name and addresses

Scottish Natural Heritage

Great Glen House, Leachkin Road

Inverness

IV3 8NW

Contact

Procurement Team

Email

contract.advertising@nature.scot

Telephone

+44 1463725097

Country

United Kingdom

NUTS code

UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey

Internet address(es)

Main address

http://www.nature.scot

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

Email

inverness@scotcourts.gov.uk

Telephone

+44 1463230782

Country

United Kingdom