Section one: Contracting authority
one.1) Name and addresses
Forestry and Land Scotland
1 Highlander Way, Inverness Retail Park
Inverness
IV2 7GB
Procurement@forestryandland.gov.scot
Telephone
+44 3000676000
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://forestryandland.gov.scot
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30371
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
C0206 Mechanised Harvesting Operations and Associated Services
Reference number
C0206
two.1.2) Main CPV code
- 77200000 - Forestry services
two.1.3) Type of contract
Services
two.1.4) Short description
Forestry and Land Scotland (FLS) manage the Scottish National Forests and Land (SNFL) to enhance biodiversity, support tourism and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. FLS also continue to provide vital timber supplies to support a sustainable rural economy. Further information on who FLS are and what they do can be found at https://forestryandland.gov.scot.
The aim of this tender is to procure Mechanised Harvesting Operations and Associated Services.
These services will assist FLS in achieving the targets for the management of the SNFL: production of timber for sales; felling trees for tree health purposes and notified Statutory Plant Health Notices (SPHNs); and, felling in preparation for peatland restoration.
These services are required across all of SNFL. For the purposes of this tender the SNFL has been divided into eight lots (see maps within PCS-T).
It is a requirement of this tender that all staff involved in the delivery of all contracts awarded, are paid at least the Real Living Wage.
It is a requirement of this tender that successful bidders are committed to progressing towards adopting, and continuing to embed, the Fair Work First criteria.
It is a requirement of this tender that mandatory Community Benefits are delivered through all contracts awarded.
two.1.5) Estimated total value
Value excluding VAT: £85,440,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
In the event that a bidder is successfully awarded more than one Lot (Contract), FLS reserves the right to aggregate the awards and combine them into a single Contract with that bidder.
two.2) Description
two.2.1) Title
East Region - North
Lot No
2
two.2.2) Additional CPV code(s)
- 77200000 - Forestry services
- 77211100 - Timber harvesting services
- 77211000 - Services incidental to logging
- 77210000 - Logging services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland - East Region - North
(please see maps within PCS-T)
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) manage the Scottish National Forests and Land (SNFL) to enhance biodiversity, support tourism and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. FLS also continue to provide vital timber supplies to support a sustainable rural economy. Further information on who FLS are and what they do can be found at https://forestryandland.gov.scot.
The aim of this tender is to procure Mechanised Harvesting Operations and Associated Services.
These services will assist FLS in achieving the targets for the management of the SNFL: production of timber for sales; felling trees for tree health purposes and notified Statutory Plant Health Notices (SPHNs); and, felling in preparation for peatland restoration.
The technical (quality) weighting for this tender is 60%. The cost weighting is 40%. The award criteria at II.2.5 of the Contract Notice breaks down the 60% weighting.
two.2.5) Award criteria
Quality criterion - Name: Payment of the Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Mandatory Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information Only
Quality criterion - Name: Clearfell, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Thinning, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Extraction Operations / Weighting: 7.5%
Quality criterion - Name: Harvesting Operations on Peatland Sites / Weighting: 7.5%
Quality criterion - Name: Ability to Resource the Service / Weighting: 7.5%
Quality criterion - Name: Lone Working / Weighting: 7.5%
Quality criterion - Name: Sustainability / Weighting: 9%
Quality criterion - Name: Additional Community Benefits / Weighting: 3%
Quality criterion - Name: Fair Work First / Weighting: 3%
Cost criterion - Name: Cost / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £10,026,667
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2022
End date
31 May 2027
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
East Region - South
Lot No
3
two.2.2) Additional CPV code(s)
- 77200000 - Forestry services
- 77211100 - Timber harvesting services
- 77211000 - Services incidental to logging
- 77210000 - Logging services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland - East Region - North
(please see maps within PCS-T)
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) manage the Scottish National Forests and Land (SNFL) to enhance biodiversity, support tourism and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. FLS also continue to provide vital timber supplies to support a sustainable rural economy. Further information on who FLS are and what they do can be found at https://forestryandland.gov.scot.
The aim of this tender is to procure Mechanised Harvesting Operations and Associated Services.
These services will assist FLS in achieving the targets for the management of the SNFL: production of timber for sales; felling trees for tree health purposes and notified Statutory Plant Health Notices (SPHNs); and, felling in preparation for peatland restoration.
The technical (quality) weighting for this tender is 60%. The cost weighting is 40%. The award criteria at II.2.5 of the Contract Notice breaks down the 60% weighting.
two.2.5) Award criteria
Quality criterion - Name: Payment of the Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Mandatory Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information Only
Quality criterion - Name: Clearfell, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Thinning, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Extraction Operations / Weighting: 7.5%
Quality criterion - Name: Harvesting Operations on Peatland Sites / Weighting: 7.5%
Quality criterion - Name: Ability to Resource the Service / Weighting: 7.5%
Quality criterion - Name: Lone Working / Weighting: 7.5%
Quality criterion - Name: Sustainability / Weighting: 9%
Quality criterion - Name: Additional Community Benefits / Weighting: 3%
Quality criterion - Name: Fair Work First / Weighting: 3%
Cost criterion - Name: Cost / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £12,533,333
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2022
End date
31 May 2027
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
West Region – Lochaber
Lot No
4
two.2.2) Additional CPV code(s)
- 77200000 - Forestry services
- 77211100 - Timber harvesting services
- 77211000 - Services incidental to logging
- 77210000 - Logging services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland - West Region - Lochaber
(please see maps within PCS-T).
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) manage the Scottish National Forests and Land (SNFL) to enhance biodiversity, support tourism and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. FLS also continue to provide vital timber supplies to support a sustainable rural economy. Further information on who FLS are and what they do can be found at https://forestryandland.gov.scot.
The aim of this tender is to procure Mechanised Harvesting Operations and Associated Services.
These services will assist FLS in achieving the targets for the management of the SNFL: production of timber for sales; felling trees for tree health purposes and notified Statutory Plant Health Notices (SPHNs); and, felling in preparation for peatland restoration.
The technical (quality) weighting for this tender is 60%. The cost weighting is 40%. The award criteria at II.2.5 of the Contract Notice breaks down the 60% weighting.
two.2.5) Award criteria
Quality criterion - Name: Payment of the Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Mandatory Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information Only
Quality criterion - Name: Clearfell, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Thinning, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Extraction Operations / Weighting: 7.5%
Quality criterion - Name: Harvesting Operations on Peatland Sites / Weighting: 7.5%
Quality criterion - Name: Ability to Resource the Service / Weighting: 7.5%
Quality criterion - Name: Lone Working / Weighting: 7.5%
Quality criterion - Name: Sustainability / Weighting: 9%
Quality criterion - Name: Additional Community Benefits / Weighting: 3%
Quality criterion - Name: Fair Work First / Weighting: 3%
Cost criterion - Name: Cost / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £3,336,449
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2022
End date
31 May 2027
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
West Region – West Argyll
Lot No
5
two.2.2) Additional CPV code(s)
- 77200000 - Forestry services
- 77210000 - Logging services
- 77211100 - Timber harvesting services
- 77211000 - Services incidental to logging
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland - West Region – West Argyll
Contains island work: the Isle of Mull, Coll, Colonsay, Islay, Jura.
(please see maps within PCS-T).
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) manage the Scottish National Forests and Land (SNFL) to enhance biodiversity, support tourism and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. FLS also continue to provide vital timber supplies to support a sustainable rural economy. Further information on who FLS are and what they do can be found at https://forestryandland.gov.scot.
The aim of this tender is to procure Mechanised Harvesting Operations and Associated Services.
These services will assist FLS in achieving the targets for the management of the SNFL: production of timber for sales; felling trees for tree health purposes and notified Statutory Plant Health Notices (SPHNs); and, felling in preparation for peatland restoration.
The technical (quality) weighting for this tender is 60%. The cost weighting is 40%. The award criteria at II.2.5 of the Contract Notice breaks down the 60% weighting.
two.2.5) Award criteria
Quality criterion - Name: Payment of the Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Mandatory Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information Only
Quality criterion - Name: Clearfell, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Thinning, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Extraction Operations / Weighting: 7.5%
Quality criterion - Name: Harvesting Operations on Peatland Sites / Weighting: 7.5%
Quality criterion - Name: Ability to Resource the Service / Weighting: 7.5%
Quality criterion - Name: Lone Working / Weighting: 7.5%
Quality criterion - Name: Sustainability / Weighting: 9%
Quality criterion - Name: Additional Community Benefits / Weighting: 3%
Quality criterion - Name: Fair Work First / Weighting: 3%
Cost criterion - Name: Cost / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £12,983,551
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2022
End date
31 May 2027
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Central Region
Lot No
6
two.2.2) Additional CPV code(s)
- 77200000 - Forestry services
- 77210000 - Logging services
- 77211000 - Services incidental to logging
- 77211100 - Timber harvesting services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland - Central Region
(please see maps within PCS-T).
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) manage the Scottish National Forests and Land (SNFL) to enhance biodiversity, support tourism and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. FLS also continue to provide vital timber supplies to support a sustainable rural economy. Further information on who FLS are and what they do can be found at https://forestryandland.gov.scot.
The aim of this tender is to procure Mechanised Harvesting Operations and Associated Services.
These services will assist FLS in achieving the targets for the management of the SNFL: production of timber for sales; felling trees for tree health purposes and notified Statutory Plant Health Notices (SPHNs); and, felling in preparation for peatland restoration.
The technical (quality) weighting for this tender is 60%. The cost weighting is 40%. The award criteria at II.2.5 of the Contract Notice breaks down the 60% weighting.
two.2.5) Award criteria
Quality criterion - Name: Payment of the Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Mandatory Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information Only
Quality criterion - Name: Clearfell, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Thinning, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Extraction Operations / Weighting: 7.5%
Quality criterion - Name: Harvesting Operations on Peatland Sites / Weighting: 7.5%
Quality criterion - Name: Ability to Resource the Service / Weighting: 7.5%
Quality criterion - Name: Lone Working / Weighting: 7.5%
Quality criterion - Name: Sustainability / Weighting: 9%
Quality criterion - Name: Additional Community Benefits / Weighting: 3%
Quality criterion - Name: Fair Work First / Weighting: 3%
Cost criterion - Name: Cost / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £7,080,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2022
End date
31 May 2027
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
South Region – East
Lot No
7
two.2.2) Additional CPV code(s)
- 77200000 - Forestry services
- 77210000 - Logging services
- 77211000 - Services incidental to logging
- 77211100 - Timber harvesting services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland - South Region – East
(please see maps within PCS-T)
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) manage the Scottish National Forests and Land (SNFL) to enhance biodiversity, support tourism and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. FLS also continue to provide vital timber supplies to support a sustainable rural economy. Further information on who FLS are and what they do can be found at https://forestryandland.gov.scot.
The aim of this tender is to procure Mechanised Harvesting Operations and Associated Services.
These services will assist FLS in achieving the targets for the management of the SNFL: production of timber for sales; felling trees for tree health purposes and notified Statutory Plant Health Notices (SPHNs); and, felling in preparation for peatland restoration.
The technical (quality) weighting for this tender is 60%. The cost weighting is 40%. The award criteria at II.2.5 of the Contract Notice breaks down the 60% weighting.
two.2.5) Award criteria
Quality criterion - Name: Payment of the Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Mandatory Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information Only
Quality criterion - Name: Clearfell, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Thinning, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Extraction Operations / Weighting: 7.5%
Quality criterion - Name: Harvesting Operations on Peatland Sites / Weighting: 7.5%
Quality criterion - Name: Ability to Resource the Service / Weighting: 7.5%
Quality criterion - Name: Lone Working / Weighting: 7.5%
Quality criterion - Name: Sustainability / Weighting: 9%
Quality criterion - Name: Additional Community Benefits / Weighting: 3%
Quality criterion - Name: Fair Work First / Weighting: 3%
Cost criterion - Name: Cost / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £16,412,530
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2022
End date
31 May 2027
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
South Region – West
Lot No
8
two.2.2) Additional CPV code(s)
- 77200000 - Forestry services
- 77210000 - Logging services
- 77211000 - Services incidental to logging
- 77211100 - Timber harvesting services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland - South Region – West
Contains island work: the Isle of Arran
(please see maps within PCS-T)
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) manage the Scottish National Forests and Land (SNFL) to enhance biodiversity, support tourism and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. FLS also continue to provide vital timber supplies to support a sustainable rural economy. Further information on who FLS are and what they do can be found at https://forestryandland.gov.scot.
The aim of this tender is to procure Mechanised Harvesting Operations and Associated Services.
These services will assist FLS in achieving the targets for the management of the SNFL: production of timber for sales; felling trees for tree health purposes and notified Statutory Plant Health Notices (SPHNs); and, felling in preparation for peatland restoration.
The technical (quality) weighting for this tender is 60%. The cost weighting is 40%. The award criteria at II.2.5 of the Contract Notice breaks down the 60% weighting.
two.2.5) Award criteria
Quality criterion - Name: Payment of the Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Mandatory Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information Only
Quality criterion - Name: Clearfell, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Thinning, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Extraction Operations / Weighting: 7.5%
Quality criterion - Name: Harvesting Operations on Peatland Sites / Weighting: 7.5%
Quality criterion - Name: Ability to Resource the Service / Weighting: 7.5%
Quality criterion - Name: Lone Working / Weighting: 7.5%
Quality criterion - Name: Sustainability / Weighting: 9%
Quality criterion - Name: Additional Community Benefits / Weighting: 3%
Quality criterion - Name: Fair Work First / Weighting: 3%
Cost criterion - Name: Cost / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £15,267,470
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2022
End date
31 May 2027
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
North Region
Lot No
1
two.2.2) Additional CPV code(s)
- 77200000 - Forestry services
- 77211100 - Timber harvesting services
- 77211000 - Services incidental to logging
- 77210000 - Logging services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland - North Region
Contains island work - Isle of Lewis
(please see maps uploaded to PCS-T).
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) manage the Scottish National Forests and Land (SNFL) to enhance biodiversity, support tourism and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. FLS also continue to provide vital timber supplies to support a sustainable rural economy. Further information on who FLS are and what they do can be found at https://forestryandland.gov.scot.
The aim of this tender is to procure Mechanised Harvesting Operations and Associated Services.
These services will assist FLS in achieving the targets for the management of the SNFL: production of timber for sales; felling trees for tree health purposes and notified Statutory Plant Health Notices (SPHNs); and, felling in preparation for peatland restoration.
The technical (quality) weighting for this tender is 60%. The cost weighting is 40%. The award criteria at II.2.5 of the Contract Notice breaks down the 60% weighting.
two.2.5) Award criteria
Quality criterion - Name: Payment of the Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Mandatory Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information Only
Quality criterion - Name: Clearfell, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Thinning, Felling and Processing Operations / Weighting: 7.5%
Quality criterion - Name: Extraction Operations / Weighting: 7.5%
Quality criterion - Name: Harvesting Operations on Peatland Sites / Weighting: 7.5%
Quality criterion - Name: Ability to Resource the Service / Weighting: 7.5%
Quality criterion - Name: Lone Working / Weighting: 7.5%
Quality criterion - Name: Sustainability / Weighting: 9%
Quality criterion - Name: Additional Community Benefits / Weighting: 3%
Quality criterion - Name: Fair Work First / Weighting: 3%
Cost criterion - Name: Cost / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £7,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2022
End date
31 May 2027
This contract is subject to renewal
No
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.1.2) Economic and financial standing
List and brief description of selection criteria
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 5,000,000 GBP
Please note it is a legal requirement that all bidders hold a minimum of 5 million GBP Employers (Compulsory) Liability Insurance except those companies which are exempt in specific circumstances. For further guidance see:
http://www.hse.gov.uk/pubns/hse40.pdf
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders are required to provide three examples that demonstrate that they have relevant experience to deliver the services as described in Part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. FLS will follow up on these references, so please ensure your examples are provided with contact details.
Bidders will be required to confirm the supply chain management policies and procedures they have in place, their process for identifying and managing subcontractors and how they ensure payment of valid invoices within 30 days.
Bidders are required to confirm that they and/or the service provider(s) can provide personnel who hold the current relevant educational and professional qualifications for the tasks/equipment they will be undertaking/operating. The minimum qualifications are detailed within Appendix 1 of C0206 Evaluation and Award Criteria, within PCS-T.
Bidders are required to provide details of the average annual manpower for the last three years.
Bidders are required to provide details of the number of managerial staff for the last three years.
Bidders will be required to demonstrate that they have (or have access to) the relevant and appropriate plant, technical equipment, tools and traffic management equipment, welfare facilities and all appropriate PPE to deliver all aspects of the requirements detailed in II.2.4 in the Find a Tender Service Contract Notice, or the relevant section of the Site Notice, and within C0206 Specification, within PCS-T.
Bidders are required to provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract
Minimum level(s) of standards possibly required
Health & Safety Procedures
1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent).
OR,
2. A Health & Safety policy authorised by their Chief Executive or equivalent. Please see C0206. SPD Standard Statements attached within PCS-T for full details.
Environmental Management Systems
1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR,
2. An Environmental management policy authorised by their Chief Executive or equivalent. Please see C0206. SPD Standard Statements attached within PCS-T for full details.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Key Performance Indicators are detailed within C0206. Specification, attached within PCS-T.
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
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-010738
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 April 2022
Local time
12:00pm
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)
four.2.7) Conditions for opening of tenders
Date
7 April 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2026
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
It is a requirement of this tender that all staff involved in the delivery of all contracts awarded, are paid at least the Real Living Wage.
The Supplier Development Programme is holding a free webinar session for interested bidders on 9th March 2022. Details on this can be found here: https://www.sdpscotland.co.uk/events/talking-tenders-with-forestry-and-land-scotland-1301/
FLS reserves the right to modify the duration, volume and, or, value of the contract(s), by undefined limits, under Regulation 72(1)(a) of the Public Contracts (Scotland) Regulations, where required, as a result of the circumstances listed in C0206 Specification, attached within PCS-T.
The Scottish Government Supplier Journey: https://www.supplierjourney.scot/
The Buyer Help and Guidance on PCS-T here: https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/buyerhelp.html
The Supplier Developer Programme is available to assist Suppliers with public procurement including training events: https://www.sdpscotland.co.uk/region/public-bodies-forestry-commission/
The Procurement Journey Scoring Methodology will be used for this exercise - full scoring methodology is detailed in the Evaluation and Award Criteria Document.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19866. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
It will be encouraged for prime contractors to advertise sub-contracting opportunities via PCS, however it will not be mandated as use of PCS to advertise sub-contracting opportunities is not intended to cut across supply chain arrangements that the prime contractor may already have in place. The PIN responses and sub-contracting pattern have evidenced an established sub-contracting network. Whilst it does represent best practice, use of PCS in this instance is unlikely to add any additional value and may delay mobilisation.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Delivery of Community Benefits is mandatory for this contract. FLS is looking for a supplier who, in carrying out their obligations under this contract, will bring benefit to the local and broader Scottish community in compliance with FLS Requirement. The mandatory benefits which FLS expect through this contract are:
Employment; and
Community Engagement.
In addition to the mandatory Community Benefits, bidders must present a community benefit proposal with their tender detailing how, in the event that they should be successful in winning the contract, they will further address any Community Benefits. Full community benefit details are within C0206 Evaluation and Award Criteria, attached within PCS-T.
(SC Ref:682499)
six.4) Procedures for review
six.4.1) Review body
The Inverness Justice Centre
Longman Road
Inverness
IV1 1AH
Telephone
+44 1463230782
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014 , may bring proceedings in the Sheriff Court or the Court of Session.
six.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament House, Parliament Square
Edinburgh
EH1 1RQ
supreme.courts@scotcourts.gov.uk
Telephone
+44 1312252595
Country
United Kingdom