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
https://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/
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
Geotechnical Works Framework
Reference number
FW0063
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
two.1.4) Short description
1.2 The Framework Agreement (Framework) seeks to cover all geotechnical works necessary to make FLS sites safer and to install temporary and permanent geotechnical infrastructure, depending on requirements. This would include, but is not restricted to:
- Application of a range of rock and soil slope reinforcement techniques;
- Rock removal and scaling;
- Small scale tree felling and extraction;
- Provision of specific plant (e.g. mobile barriers, off-road vehicles and non-road engines);
- Removal of vegetation and arboreal control;
- Installation of protection measures against rock and debris falls such as draped mesh, baseline, temporary or permanent catch fencing (and removal if required);
- Provision of traffic management and other on-site communications as part of overall geotechnical works;
- Chainsaw work as required;
- Use of drones as required; and
- Supply accurate as built details and specifications and GPS coordinates of all installed infrastructure.
Full specification of requirements for individual call-offs will be included as part of the call-off documentation.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71332000 - Geotechnical engineering services
- 45200000 - Works for complete or part construction and civil engineering work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
1.2 The Framework Agreement (Framework) seeks to cover all geotechnical works necessary to make FLS sites safer and to install temporary and permanent geotechnical infrastructure, depending on requirements. This would include, but is not restricted to:
- Application of a range of rock and soil slope reinforcement techniques;
- Rock removal and scaling;
- Small scale tree felling and extraction;
- Provision of specific plant (e.g. mobile barriers, off-road vehicles and non-road engines);
- Removal of vegetation and arboreal control;
- Installation of protection measures against rock and debris falls such as draped mesh, baseline, temporary or permanent catch fencing (and removal if required);
- Provision of traffic management and other on-site communications as part of overall geotechnical works;
- Chainsaw work as required;
- Use of drones as required; and
- Supply accurate as built details and specifications and GPS coordinates of all installed infrastructure.
Full specification of requirements for individual call-offs will be included as part of the call-off documentation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please see SPD in the tender documents for details.
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 commence 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
Minimum level(s) of standards possibly required
Please see SPD in the tender documents for full details.
three.1.3) Technical and professional ability
List and brief description of selection criteria
It is a requirement that the following educational and professional qualifications are held by:
The service provider or the contractor itself:
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
Certificates
- First Aid at Work +F ;
- Safe use of Pesticides PA1 and PA6 Certificates, if near water then +W;
- NPTC or Lantra Certificates of Competence;
- Forest Machine Operator Certification Scheme (FMOCS);
- Rope access (IRATA 1-3) at least 1 member of the team must be level 3;
- Drone pilot certification where relevant;
- Traffic management;
- Forest machines;
- Other machines and plant used on site, inc, NPTC Certification in Chainsaws & Arboriculture CPS CS 30-35, 38,39 & 41; and
- (Construction Skills Certification Scheme) CSCS cards
Minimum level(s) of standards possibly required
Please see the SPD in the tender documents for full details
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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: 5
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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
31 May 2021
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
Tender must be valid until: 31 August 2021
four.2.7) Conditions for opening of tenders
Date
31 May 2021
Local time
12:30pm
Place
Forestry and Land Scotland
Information about authorised persons and opening procedure
Procurement Officer
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Question scoring methodology for Selection Criteria: pass/fail
Award Criteria questions can be found in the ITT together with the weightings.
Award scoring methodology is detailed in the Evaluation and Award Criteria Document.
Forestry and Land Scotland (FLS) reserves the right to modify the Framework Agreement - irrespective of the monetary value of modifications - within the scope permitted under Regulation 72(1) of the Public Contracts (Scotland) Regulations 2015, should operational reasons require it. Operational reasons for modification may include, but are not limited to:
-Changes to operational programmes
-Changes to FLS policy
- Any market change caused by Brexit;
- Extreme weather resulting in more works becoming necessary
- Changes to government policy
- Changes to available budget; and
- Fluctuations in volume requirements to deliver planned work.
Forestry and Land Scotland envisions awarding a maximum of five Suppliers onto the Framework.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18251.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18251. 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:
No call-off contract under this framework will approach 4 million GBP.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
We will ask for community benefits as part of a mini-competition, and this will be stated in the tender documents.
For unplanned direct award work, community benefits are seen as more difficult to realise.
(SC Ref:650028)
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff Court
Sheriff Court House, The Castle
Inverness
IV2 3EG
Telephone
+44 1463230782
Country
United Kingdom