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://www.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
FW0070 - Building Maintenance Framework Agreement
Reference number
FW0070
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Forestry and Land Scotland (FLS) is a Scottish Government agency responsible for managing Scotland’s national forests and land. FLS manages a large number of buildings (including offices, stores, workshops and deer larders) across Scotland and requires contractors to provide building maintenance and improvement works.
FLS is seeking to appoint a suitably experienced all-trades contractor for the completion of a variety of maintenance and minor improvements across the built estate ranging from emergency repairs through reactive works to larger planned projects.
For the purposes of the contract, Scotland has been split into Lots. The Lots are as follows:
Lot 1 – North
Lot 2 - East
Lot 3 - West
Lot 4 – South
two.1.5) Estimated total value
Value excluding VAT: £8,487,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - North
Lot No
1
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
- 44212310 - Scaffolding
- 45000000 - Construction work
- 45210000 - Building construction work
- 45262100 - Scaffolding work
- 45315300 - Electricity supply installations
- 45330000 - Plumbing and sanitary works
- 45332200 - Water plumbing work
- 45420000 - Joinery and carpentry installation work
- 45421000 - Joinery work
- 71540000 - Construction management services
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261212 - Roof-slating work
- 45261410 - Roof insulation work
- 45261900 - Roof repair and maintenance work
- 45261910 - Roof repair
- 45261920 - Roof maintenance work
- 44112200 - Floor coverings
- 45430000 - Floor and wall covering work
- 45431100 - Floor-tiling work
- 45232141 - Heating works
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 44163112 - Drainage system
- 45232452 - Drainage works
- 45262670 - Metalworking
- 45442100 - Painting work
- 45442110 - Painting work of buildings
- 45442180 - Repainting work
- 45332400 - Sanitary fixture installation work
- 45432112 - Laying of paving
- 45410000 - Plastering work
- 45441000 - Glazing work
- 45421100 - Installation of doors and windows and related components
- 45421130 - Installation of doors and windows
- 45421160 - Ironmongery work
- 44316000 - Ironmongery
- 45262500 - Masonry and bricklaying work
- 45262700 - Building alteration work
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
North region of Scotland (Appendix A of contract documents).
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) is a Scottish Government agency responsible for managing Scotland’s national forests and land. FLS manages a large number of buildings (including offices, stores, workshops and deer larders) across Scotland and requires contractors to provide building maintenance and improvement works.
FLS is seeking to appoint a suitably experienced all-Trades contractor for the completion of a variety of maintenance and minor improvements across the built estate ranging from emergency repairs through reactive works to larger planned projects.
There are 229 buildings within Lot 1.
Work will be categorised as one of below priorities:-
Priority 1a - Emergency work within working hours of 08:00-17:00 – required trade to attend site within 5 hours. Additional time and travel costs will be agreed in advance for Island properties.
Priority 1b – Emergency work out with the above working hours – Although the previous frameworks demonstrate minimal requirements for out of normal working hours, emergency call out to be available 24 hours a day 365 days a year. Required trade to attend site within 5 hours.
Priority 2 - Reactive Work – Required trade to attend site and complete works within 10 working days.
Priority 3 - Planned Work – Required trade will attend site within 4 weeks.
two.2.5) Award criteria
Quality criterion - Name: Personnel/Sub-Contractor Selection Process / Weighting: 10
Quality criterion - Name: CDM Regulations / Weighting: 10
Quality criterion - Name: Management Team / Weighting: 8
Quality criterion - Name: Lone Working / Weighting: 8
Quality criterion - Name: Fair Work Practices / Weighting: 4
Quality criterion - Name: Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Living Wage / Weighting: Non-scored
Quality criterion - Name: Bidders Day / Weighting: Pass/fail
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £2,369,000
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
two.2) Description
two.2.1) Title
Lot 2 - East
Lot No
2
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
- 45300000 - Building installation work
- 50000000 - Repair and maintenance services
- 44212310 - Scaffolding
- 45000000 - Construction work
- 45210000 - Building construction work
- 45262100 - Scaffolding work
- 45315300 - Electricity supply installations
- 45330000 - Plumbing and sanitary works
- 45332200 - Water plumbing work
- 45420000 - Joinery and carpentry installation work
- 45421000 - Joinery work
- 71540000 - Construction management services
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261212 - Roof-slating work
- 45261410 - Roof insulation work
- 45261900 - Roof repair and maintenance work
- 45261910 - Roof repair
- 45261920 - Roof maintenance work
- 44112200 - Floor coverings
- 45430000 - Floor and wall covering work
- 45431100 - Floor-tiling work
- 45232141 - Heating works
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 44163112 - Drainage system
- 45232452 - Drainage works
- 45262670 - Metalworking
- 45442100 - Painting work
- 45442110 - Painting work of buildings
- 45442180 - Repainting work
- 45332400 - Sanitary fixture installation work
- 45432112 - Laying of paving
- 45410000 - Plastering work
- 45441000 - Glazing work
- 45421100 - Installation of doors and windows and related components
- 45421130 - Installation of doors and windows
- 45421160 - Ironmongery work
- 44316000 - Ironmongery
- 45262500 - Masonry and bricklaying work
- 45262700 - Building alteration work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
East region of Scotland (Appendix A of contract documents).
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) is a Scottish Government agency responsible for managing Scotland’s national forests and land. FLS manages a large number of buildings (including offices, stores, workshops and deer larders) across Scotland and requires contractors to provide building maintenance and improvement works.
FLS is seeking to appoint a suitably experienced all-trades contractor for the completion of a variety of maintenance and minor improvements across the built estate ranging from emergency repairs through reactive works to larger planned projects.
There are 81 buildings within Lot 2.
Work will be categorised as one of below priorities:-
Priority 1a - Emergency work within working hours of 08:00-17:00 – required trade to attend site within 5 hours. Additional time and travel costs will be agreed in advance for Island properties.
Priority 1b – Emergency work out with the above working hours – Although the previous frameworks demonstrate minimal requirements for out of normal working hours, emergency call out to be available 24 hours a day 365 days a year. Required trade to attend site within 5 hours.
Priority 2 - Reactive Work – Required trade to attend site and complete works within 10 working days.
Priority 3 - Planned Work – Required trade will attend site within 4 weeks.
two.2.5) Award criteria
Quality criterion - Name: Personnel/Sub-contractor Selection Process / Weighting: 10
Quality criterion - Name: CDM Regulations / Weighting: 10
Quality criterion - Name: Management Team / Weighting: 8
Quality criterion - Name: Lone Working / Weighting: 8
Quality criterion - Name: Fair Work Practices / Weighting: 4
Quality criterion - Name: Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Living Wage / Weighting: Non-scored
Quality criterion - Name: Bidders Day / Weighting: Pass/Fail
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £2,306,000
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
two.2) Description
two.2.1) Title
Lot 4 - South
Lot No
4
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
- 44212310 - Scaffolding
- 45000000 - Construction work
- 45210000 - Building construction work
- 45262100 - Scaffolding work
- 45315300 - Electricity supply installations
- 45330000 - Plumbing and sanitary works
- 45332200 - Water plumbing work
- 45420000 - Joinery and carpentry installation work
- 71540000 - Construction management services
- 45421000 - Joinery work
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261212 - Roof-slating work
- 45261410 - Roof insulation work
- 45261900 - Roof repair and maintenance work
- 45261910 - Roof repair
- 45261920 - Roof maintenance work
- 44112200 - Floor coverings
- 45430000 - Floor and wall covering work
- 45431100 - Floor-tiling work
- 45232141 - Heating works
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 44163112 - Drainage system
- 45232452 - Drainage works
- 45262670 - Metalworking
- 45442100 - Painting work
- 45442110 - Painting work of buildings
- 45442180 - Repainting work
- 45332400 - Sanitary fixture installation work
- 45432112 - Laying of paving
- 45410000 - Plastering work
- 45441000 - Glazing work
- 45421100 - Installation of doors and windows and related components
- 45421130 - Installation of doors and windows
- 44316000 - Ironmongery
- 45421160 - Ironmongery work
- 45262500 - Masonry and bricklaying work
- 45262700 - Building alteration work
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
South region of Scotland (Appendix A of contract documents).
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) is a Scottish Government agency responsible for managing Scotland’s national forests and land. FLS manages a large number of buildings (including offices, stores, workshops and deer larders) across Scotland and requires contractors to provide building maintenance and improvement works.
FLS is seeking to appoint a suitably experienced all-trades contractor for the completion of a variety of maintenance and minor improvements across the built estate ranging from emergency repairs through reactive works to larger planned projects.
There are 203 buildings within Lot 4.
Work will be categorised as one of below priorities:-
Priority 1a - Emergency work within working hours of 08:00-17:00 – required trade to attend site within 5 hours. Additional time and travel costs will be agreed in advance for Island properties.
Priority 1b – Emergency work out with the above working hours – Although the previous frameworks demonstrate minimal requirements for out of normal working hours, emergency call out to be available 24 hours a day 365 days a year. Required trade to attend site within 5 hours.
Priority 2 - Reactive Work – Required trade to attend site and complete works within 10 working days.
Priority 3 - Planned Work – Required trade will attend site within 4 weeks.
two.2.5) Award criteria
Quality criterion - Name: Personnel/Sub-contractor Selection Process / Weighting: 10
Quality criterion - Name: CDM Regulations / Weighting: 10
Quality criterion - Name: Management Team / Weighting: 8
Quality criterion - Name: Lone Working / Weighting: 8
Quality criterion - Name: Fair Work Practices / Weighting: 4
Quality criterion - Name: Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Living Wage / Weighting: Non-scored
Quality criterion - Name: Bidders Day / Weighting: Pass/Fail
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £2,494,000
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
two.2) Description
two.2.1) Title
Lot 3 - West
Lot No
3
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
- 44212310 - Scaffolding
- 45000000 - Construction work
- 45210000 - Building construction work
- 45262100 - Scaffolding work
- 45315300 - Electricity supply installations
- 45330000 - Plumbing and sanitary works
- 45332200 - Water plumbing work
- 45420000 - Joinery and carpentry installation work
- 45421000 - Joinery work
- 71540000 - Construction management services
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261212 - Roof-slating work
- 45261410 - Roof insulation work
- 45261900 - Roof repair and maintenance work
- 45261910 - Roof repair
- 45261920 - Roof maintenance work
- 44112200 - Floor coverings
- 45430000 - Floor and wall covering work
- 45431100 - Floor-tiling work
- 45232141 - Heating works
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 44163112 - Drainage system
- 45232452 - Drainage works
- 45262670 - Metalworking
- 45442100 - Painting work
- 45442110 - Painting work of buildings
- 45442180 - Repainting work
- 45332400 - Sanitary fixture installation work
- 45432112 - Laying of paving
- 45410000 - Plastering work
- 45441000 - Glazing work
- 45421100 - Installation of doors and windows and related components
- 45421130 - Installation of doors and windows
- 44316000 - Ironmongery
- 45421160 - Ironmongery work
- 45262500 - Masonry and bricklaying work
- 45262700 - Building alteration work
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
West region of Scotland (Appendix A of contract documents).
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) is a Scottish Government agency responsible for managing Scotland’s national forests and land. FLS manages a large number of buildings (including offices, stores, workshops and deer larders) across Scotland and requires contractors to provide building maintenance and improvement works.
FLS is seeking to appoint a suitably experienced all-trades contractor for the completion of a variety of maintenance and minor improvements across the built estate ranging from emergency repairs through reactive works to larger planned projects.
There are 168 buildings within Lot 3.
Work will be categorised as one of below priorities:-
Priority 1a - Emergency work within working hours of 08:00-17:00 – required trade to attend site within 5 hours. Additional time and travel costs will be agreed in advance for Island properties.
Priority 1b – Emergency work out with the above working hours – Although the previous frameworks demonstrate minimal requirements for out of normal working hours, emergency call out to be available 24 hours a day 365 days a year. Required trade to attend site within 5 hours.
Priority 2 - Reactive Work – Required trade to attend site and complete works within 10 working days.
Priority 3 - Planned Work – Required trade will attend site within 4 weeks.
two.2.5) Award criteria
Quality criterion - Name: Personnel/Sub-contractor Selection Process / Weighting: 10
Quality criterion - Name: CDM Regulations / Weighting: 10
Quality criterion - Name: Management Team / Weighting: 8
Quality criterion - Name: Lone Working / Weighting: 8
Quality criterion - Name: Fair Work Practices / Weighting: 4
Quality criterion - Name: Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Living Wage / Weighting: Non-scored
Quality criterion - Name: Bidders Day / Weighting: Pass/Fail
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £1,318,000
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
For Completion by Non-UK Businesses Only:
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Bidders must confirm if they hold the particular authorisation or memberships.
Please see SPD in the tender documents on PCS-T for details.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum yearly “general turnover" per the below figures for the past 3 years.
Minimum required turnover per year:
296,125 GBP for Bidders applying to Lot 1 only;
288,250 GBP for Bidders applying for Lot 2 only;
164,750 GBP for Bidders applying for Lot 3 only;
311,750 GBP for Bidders applying for Lot 4 only; or
Where Bidders are applying for multiple Lots, the value required will be the total of all Lots applied as detailed in the bullet points above. For example if a Bidder applies for Both Lot 1 and Lot 2 they will be required to have a “general” annual turnover of 296,125 + 288,250 = 584,375 GBP
Where a Bidder does not have an annual turnover of this value, FLS may exclude the Bidder from the competition or may, at our discretion, seek supporting evidence to determine the Bidder’s suitability to proceed in the competition, including history over a longer period, and further explanation on why the turnover requirements are not being met, such as loss of contracts, purchasing of machinery or other costs associated with the organisation, which informs the reasoning for the low turnover while providing FLS with confidence that this will not increase the risk of liquidity of the Bidder, resulting in Supplier failure. Where the Bidder does not have an annual turnover of this value as they have only recently started trading, FLS may seek supporting evidence such as business plans for a minimum of 3 year trading period including projected turnover of no less than the threshold stated above, projected cash flow, projected profit and loss and the projected balance sheet; details on availability of audited accounts; and a letter of support from their bank setting out the business plan and projections have been verified as reasonable, as well as setting out the level of agreed financial support available to them, which may support the projections, from their bank and for how long it is available. It should explain the amount and duration of financial support made available to the business and what information, such as a business plan for the period of this contract was considered by them in providing that level of support, as well as full details on overdraft availability and limits. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must be understood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of all SPD responses.
FLS reserve the right to carry out financial health checks throughout the life of the contract, and seek clarifications if necessary.
Bidders with a turnover greater than 36m GBP are required to comply with the Modern Slavery Act 2015. Bidders must provide a link to their statement setting out the steps they have taken to ensure there is no modern slavery in their own business or their supply chains to ensure that slavery and human trafficking is not taking place in any part of its own business.
http://www.legislation.gov.uk/ukpga/2015/30/section/54/enacted
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
Professional Indemnity Insurance = 2,000,000 GBP
Minimum of Third Party Motor Vehicle Insurance
Minimum level(s) of standards possibly required
Please see SPD in the tender documents on PCS-T for full details.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Applicable to all Lots: Bidders will be required to provide an example (1) that demonstrates that they have the relevant experience to deliver the works as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice within the last 5 years. The Authority may follow up on these references, so please provide contact details.
Applicable to all Lots: Bidders will be required to confirm that staff, and those of any sub-contractors have the following relevant educational and professional qualifications:
1) Site Manager - Site Management - CIOB Level 4 Certificate and Diploma in Site Management or The Scottish Vocational Qualification SVQ Level 4 in Construction Site Management (Construction): Building and Civil Engineering or equivalent AND Construction Skills Certification Scheme (CSCS) Card (Black, Gold or White) or equivalents.
2) Joiner - City and Guilds Carpentry and Joinery or NVQ Level 2 Diploma Carpentry, AND Construction Skills Certification Scheme (CSCS) Card - (Blue) or equivalents.
3) Plumber - City and Guilds Plumbing and heating or NVQ Level 2/3 Diploma in Domestic Plumbing and Heating, Gas Safe/OFTEC plus AND Construction Skills Certification Scheme (CSCS) Card - (Blue) or equivalents.
4) Electrician – NICEIC or SELECT registered, AND Construction Skills Certification Scheme (CSCS) Card - (Blue) or equivalents.
5) Scaffolder - SQA in Accessing Operations and Rigging (Construction): Scaffolding or equivalent, AND Construction Skills Certification Scheme (CSCS) Card - (Blue) or equivalents.
6) Groundworker / Machine Operator – NPORS, AND Construction Skills Certification Scheme (CSCS) Card - (Blue) or equivalents.
7) Labourer - AND Construction Skills Certification Scheme (CSCS) Card - (Green) or equivalents.
8) Site Operatives - Construction Skills Certification Scheme (CSCS) Card or equivalent.
9)First-aiders on FLS managed land/buildings must hold a valid certificate of competence in either - First Aid at Work (FAW), based on a minimum 3-day course; or - Emergency First Aid at Work (EFAW), based on a minimum 1-day course; or equivalent.
10) All staff - Undertaken Manual Handling training (guidance can be obtained from the HSE - http://www.hse.gov.uk/msd/faq-manhand.htm
11) Contractors will be required to confirm all staff appointed to the contract have an up-to-date Basic disclosure from Disclosure Scotland carried out at the providers cost.
Applicable to all Lots: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards possibly required
Please see the SPD in the tender documents on PCS-T for full details
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.1.3) 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: 8
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: 2020/S 169-410326
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 June 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
4 June 2021
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: January 2025
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
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 eight Suppliers onto the Framework (2 per Lot).
Bidders will be required to attend a mandatory virtual bidders day as detailed in the Invitation to Tender.
The FLS guide to PCS-T here:
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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18160. 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:
Employability and Training
Supply Chain Initiatives
Community and Education Initiatives
Community benefits will be assessed under the technical section. Full guidance on the scoring of community benefits is contained in Evaluation and Award Criteria Document.
(SC Ref:650302)
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
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.
Court of Session
Parliament House
Parliament Square
Edinburgh
EH1 1RQ
0131 225 2595