Tender

UK Land Carbon Registry

  • Scottish Forestry

F02: Contract notice

Notice identifier: 2025/S 000-008210

Procurement identifier (OCID): ocds-h6vhtk-04b338 (view related notices)

Published 6 March 2025, 2:10pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Forestry

Saughton House, Broomhouse Drive

Edinburgh

EH11 3XD

Contact

Anna Penman

Email

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