Section one: Contracting authority
one.1) Name and addresses
Scottish Forestry
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XD
Contact
Anna Penman
sfprocurement@forestry.gov.scot
Telephone
+44 1313705250
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
https://www.forestry.gov.scot/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30372
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
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
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UK Land Carbon Registry
Reference number
SF 0551
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
The UK Land Carbon Registry enables the accurate, safe and transparent recording of carbon credits under the Woodland Carbon Code and Peatland Code and has been in operation since 2013.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72300000 - Data services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Scottish Forestry manages the Woodland Carbon Code (WCC) and the IUCN UK Peatland Programme manages the Peatland Code (PC).
The WCC and PC are important mechanisms to enable private finance to help fund woodland creation and peatland restoration, both of which are important in helping the UK meet both its climate change and biodiversity commitments.
Further information can be found within the Invitation to Tender Documents.
two.2.5) Award criteria
Quality criterion - Name: Operational Services / Weighting: 10%
Quality criterion - Name: System Specification / Weighting: 40%
Quality criterion - Name: Implementation Services / Weighting: 20%
Quality criterion - Name: Operational/ performance management and continuous improvement / Weighting: 10%
Quality criterion - Name: Fair Work First / Weighting: 5%
Quality criterion - Name: BUSINESS CONTINUITY AND DISASTER RECOVERY (BCDR) / Weighting: 5%
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The contract is proposed for 5 years with the option to extend for a further two 24 month periods.
two.2.10) Information about variants
Variants will be accepted: Yes
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
4B.4 Demonstration of a Current Ratio of greater than 1
4B.5 Insurance levels
Minimum level(s) of standards possibly required
4B.4: Bidders are required to have a minimum "Current ratio" of at least 1 for the last two years.
In the event that the Bidder does not meet with this requirement, further financial evidence maybe requested.
4B.5: 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 of insurance indicated below:
- Professional Risk Indemnity: in the sum of not less than 1 million GBP for any one incident.
- Employer's (Compulsory) Liability: in accordance with any legal obligation for the time being in force, unless except those companies who are exempt in specific circumstances.
- Public Liability: in the sum of 2 million GBP for anyone incident.
- Cyber Security Insurance: Value to be advised by the tenderer
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.4 If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
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
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: 2024/S 000-035449
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 April 2025
Local time
3:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 April 2025
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The contract will be for 5 years with the option to extend for a further two 24 month period.
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 contract has a Revenue Share element, more detail can be found within the Invitation to Tender Documents however there is no guarantee to the Revenue Share.
Tenderers will be asked to confirm that where they propose to use a supply chain in the delivery of the services they will include the standard clause in all contracts used in the delivery of the requirements, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28708. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:792452)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom