Tender

Geotechnical Works Framework

  • Forestry and Land Scotland

F02: Contract notice

Notice identifier: 2021/S 000-008833

Procurement identifier (OCID): ocds-h6vhtk-02a9f2

Published 26 April 2021, 9:15am



Section one: Contracting authority

one.1) Name and addresses

Forestry and Land Scotland

1 Highlander Way, Inverness Retail Park

Inverness

IV2 7GB

Email

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

Email

Inverness@scotcourts.gov.uk

Telephone

+44 1463230782

Country

United Kingdom