Tender

Specialist Peatland Restoration

  • Forestry and Land Scotland

F02: Contract notice

Notice identifier: 2023/S 000-010745

Procurement identifier (OCID): ocds-h6vhtk-03bea7

Published 14 April 2023, 10:33am



The closing date and time has been changed to:

14 May 2023, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Forestry and Land Scotland

Great Glen House, Leachkin Road

Inverness

IV3 8NW

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Specialist Peatland Restoration

Reference number

FLS-0013-C

two.1.2) Main CPV code

  • 77200000 - Forestry services

two.1.3) Type of contract

Services

two.1.4) Short description

Forestry and Land Scotland (FLS) looks after the national forests and land to enhance biodiversity, support tourism and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. FLS also continues to provide vital timber supplies to support a sustainable rural economy. Further information on who FLS are and what it does can be found here https://forestryandland.gov.scot/https://forestryandland.gov.scot/

There are extensive areas of deep peat on Scotland’s Forests & Land, including many which are afforested. FLS has committed to manage all peatlands on Scotland’s forests and land in a sustainable manner, maximising the delivery of ecosystem services for the benefit of Scotland’s people and environment.

The aim of this contract is to provide specialist peatland restoration services to deliver our programme of restoration of degraded peatlands in line with targets agreed with Scottish Government as part of the wider Peatland Action delivery programme. These services are split into two distinct types of operation. Part A: Lots 1-11 Site Rewetting, and Part B: Lots 12-14 Specialised Peatland Harvesting

By 2027 onwards we expect to be restoring at least 3,000 hectares annually, thereby reducing carbon emissions, capturing additional carbon and restoring valuable priority habitats that support priority species in the process. Alongside this is our duty to help deliver Scottish Government’s policy in relation to the Climate Emergency, and to do our part in delivering ecosystem services spanning environmental, social, and economical benefits.

The contract term is a maximum of five (5) years (three (3) initial years plus one optional extension of 24 months).

two.1.5) Estimated total value

Value excluding VAT: £66,334,775

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

North Highland (Caithness, Sutherland & Easter Ross)

Lot No

1

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

North Highland (Caithness, Sutherland & Easter Ross)

two.2.4) Description of the procurement

Region: North

Lot Description: North Highland (Caithness, Sutherland & Easter Ross)

Covering Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching) - Site modification works to interrupt existing forestry drainage patterns and influence site hydrology, for the purpose of mire restoration. This service also includes repair and restoration of peatland modifications and features found on open habitat areas, such as the hagged and eroding gullies found on Upland areas in Scotland.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £9,743,950

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 1 is for Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching)

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Skye, Wester Ross & Inverness-shire

Lot No

2

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Skye, Wester Ross & Inverness-shire

two.2.4) Description of the procurement

Region: North

Lot Description: Skye, Wester Ross & Inverness-shire

Covering Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching) - Site modification works to interrupt existing forestry drainage patterns and influence site hydrology, for the purpose of mire restoration. This service also includes repair and restoration of peatland modifications and features found on open habitat areas, such as the hagged and eroding gullies found on Upland areas in Scotland.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £5,486,700

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 2 is for Part A: Site Rewetting Works

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Lochaber

Lot No

3

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Lochaber

two.2.4) Description of the procurement

Region: West

Lot Description: Lochaber

Covering Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching) - Site modification works to interrupt existing forestry drainage patterns and influence site hydrology, for the purpose of mire restoration. This service also includes repair and restoration of peatland modifications and features found on open habitat areas, such as the hagged and eroding gullies found on Upland areas in Scotland.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £4,227,150

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 3 is for Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching)

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Mull & Lochaline

Lot No

4

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Mull & Lochaline

two.2.4) Description of the procurement

Region: West

Lot Description: Mull & Lochaline

Covering Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching) - Site modification works to interrupt existing forestry drainage patterns and influence site hydrology, for the purpose of mire restoration. This service also includes repair and restoration of peatland modifications and features found on open habitat areas, such as the hagged and eroding gullies found on Upland areas in Scotland.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,815,550

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 4 is for Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching)

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

North & Mid Argyll (inc North Knapdale)

Lot No

5

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

North & Mid Argyll (inc North Knapdale)

two.2.4) Description of the procurement

Region: West

Lot Description: North & Mid Argyll (inc North Knapdale)

Covering Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching) - Site modification works to interrupt existing forestry drainage patterns and influence site hydrology, for the purpose of mire restoration. This service also includes repair and restoration of peatland modifications and features found on open habitat areas, such as the hagged and eroding gullies found on Upland areas in Scotland.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,112,300

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 5 is for Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching).

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Kintyre (inc South Knapdale)

Lot No

6

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Kintyre (inc South Knapdale)

two.2.4) Description of the procurement

Region: West

Lot Description: Kintyre (inc South Knapdale)

Covering Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching) - Site modification works to interrupt existing forestry drainage patterns and influence site hydrology, for the purpose of mire restoration. This service also includes repair and restoration of peatland modifications and features found on open habitat areas, such as the hagged and eroding gullies found on Upland areas in Scotland.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,403,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 6 is for Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching).

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Central Region (inc Trossachs & Cowal)

Lot No

7

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Central Region (inc Trossachs & Cowal)

two.2.4) Description of the procurement

Region: Central

Lot Description: Central Region (inc Trossachs & Cowal)

Covering Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching) - Site modification works to interrupt existing forestry drainage patterns and influence site hydrology, for the purpose of mire restoration. This service also includes repair and restoration of peatland modifications and features found on open habitat areas, such as the hagged and eroding gullies found on Upland areas in Scotland.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £5,239,800

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 7 is for Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching).

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

North East (Aberdeenshire & Moray)

Lot No

8

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

North East (Aberdeenshire & Moray)

two.2.4) Description of the procurement

Region: East

Lot Description: North East (Aberdeenshire & Moray)

Covering Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching) - Site modification works to interrupt existing forestry drainage patterns and influence site hydrology, for the purpose of mire restoration. This service also includes repair and restoration of peatland modifications and features found on open habitat areas, such as the hagged and eroding gullies found on Upland areas in Scotland.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £4,060,700

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 8 is for Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching).

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Tay, Angus & Mearns

Lot No

9

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Tay, Angus & Mearns

two.2.4) Description of the procurement

Region: East

Lot Description: Tay, Angus & Mearns

Covering Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching) - Site modification works to interrupt existing forestry drainage patterns and influence site hydrology, for the purpose of mire restoration. This service also includes repair and restoration of peatland modifications and features found on open habitat areas, such as the hagged and eroding gullies found on Upland areas in Scotland.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £3,842,425

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 9 is for Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching)

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

South East (Dumfriesshire & the Borders)

Lot No

10

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

South East (Dumfriesshire & the Borders)

two.2.4) Description of the procurement

Region: South

Lot Description: South East (Dumfriesshire & the Borders)

Covering Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching) - Site modification works to interrupt existing forestry drainage patterns and influence site hydrology, for the purpose of mire restoration. This service also includes repair and restoration of peatland modifications and features found on open habitat areas, such as the hagged and eroding gullies found on Upland areas in Scotland.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,940,150

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 10 is for Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching).

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

South West (Galloway, Ayrshire & Arran)

Lot No

11

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

South West (Galloway, Ayrshire & Arran)

two.2.4) Description of the procurement

Region: South

Lot Description: South West (Galloway, Ayrshire & Arran)

Covering Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching) - Site modification works to interrupt existing forestry drainage patterns and influence site hydrology, for the purpose of mire restoration. This service also includes repair and restoration of peatland modifications and features found on open habitat areas, such as the hagged and eroding gullies found on Upland areas in Scotland.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,739,950

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 11 is for Part A: Site Rewetting Works (Cleared site and Open Hill Restoration) (inc Mulching).

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Lochaber, Mull & Lochaline, North & Mid Argyll (inc Noth Knapdale) and Kintyre (inc South Knapdale)

Lot No

12

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Lochaber,

Mull & Lochaline,

North & Mid Argyll (inc Noth Knapdale)

Kintyre (inc South Knapdale)

two.2.4) Description of the procurement

Region: West

Lot Description: Lochaber, Mull & Lochaline, North & Mid Argyll (inc Noth Knapdale) and Kintyre (inc South Knapdale)

Covering Part B: Specialist Peatland Harvesting (inc Mulching) - The recycling of failed forestry crops and/or naturally regenerated areas of woodland, for the purpose of mire restoration (mulching). Fibre Recovery Harvesting: Harvesting of marginal tree crops that may include brash and/or stump biomass on deep peat sites using techniques designed to minimise ground disturbance, for the purpose of mire restoration.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £9,521,700

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 12 is for Part B: Specialist Peatland Harvesting (inc Mulching).

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

North Highland (Caithness, Sutherland & Easter Ross), Skye, Wester Ross, Inverness-shire and North East (Aberdeenshire & Moray)

Lot No

13

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

North Highland (Caithness, Sutherland & Easter Ross)

Skye, Wester Ross & Inverness-shire

North East (Aberdeenshire & Moray)

two.2.4) Description of the procurement

Region: North & East

Lot Description: North Highland (Caithness, Sutherland & Easter Ross), Skye, Wester Ross & Inverness-shire and North East (Aberdeenshire & Moray)

Covering Part B: Specialist Peatland Harvesting (inc Mulching) - The recycling of failed forestry crops and/or naturally regenerated areas of woodland, for the purpose of mire restoration (mulching). Fibre Recovery Harvesting: Harvesting of marginal tree crops that may include brash and/or stump biomass on deep peat sites using techniques designed to minimise ground disturbance, for the purpose of mire restoration.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £7,151,550

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 13 is for Part B: Specialist Peatland Harvesting (inc Mulching).

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Central Region (inc Trossachs & Cowal), Tay, Angus, Mearns, South East (Dumfriessshire & the Borders) & South West (Galloway, Ayrshire & Arran)

Lot No

14

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Central Region (inc Trossachs & Cowal)

Tay, Angus & Mearns

South East (Dumfriessshire & the Borders)

South West (Galloway, Ayrshire & Arran)

two.2.4) Description of the procurement

Region: Central, East & South

Lot Description: Central Region (inc Trossachs & Cowal), Tay, Angus & Mearns, South East (Dumfriessshire & the Borders) abd South West (Galloway, Ayrshire & Arran)

Covering Part B: Specialist Peatland Harvesting (inc Mulching) - The recycling of failed forestry crops and/or naturally regenerated areas of woodland, for the purpose of mire restoration (mulching). Fibre Recovery Harvesting: Harvesting of marginal tree crops that may include brash and/or stump biomass on deep peat sites using techniques designed to minimise ground disturbance, for the purpose of mire restoration.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £6,049,850

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years plus 1 x 24 month optional extension.

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.2.14) Additional information

Lot 14 is for Part B: Specialist Peatland Harvesting (inc Mulching).

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.


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

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 and levels of insurance indicated below:

Minimum level(s) of standards possibly required

Employer’s (Compulsory) Liability Insurance = 5,000,000.00 GBP for each and every claim

Public Liability Insurance = 5,000,000.00 GBP for each and every claim

Please note it is a legal requirement that all bidders hold a minimum of 5,000,000.00 GBP Employers (Compulsory) Liability Insurance except those companies which are exempt in specific circumstances. For further guidance see:

http://www.hse.gov.uk/pubns/hse40.pdf

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide two (2) examples within the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this Contract Notice. Please see SPD Supporting Statements attached within PCS-Tender for full details.

Bidders should also describe how they intend to incorporate social benefits into the contracts, including details of any specific steps they intend to take in the design of services to increase employment and training opportunities.

(Please see Technical Question 1.5 Community Benefits).

Bidders will be required to confirm the supply chain management policies and procedures they have in place, their process for identifying and managing subcontractors and how they ensure payment of valid invoices within 30 days. Please see SPD Supporting Statements, attached within PCS-Tender for full details.

Bidders will be required to confirm that they and/or the service provider have the educational and professional qualifications that are fully detailed in SPD Supporting Statements, attached within PCS-Tender.

Bidders will be required to confirm that they will employ environmental management measures, as fully detailed in SPD Supporting Statements, attached within PCS-Tender.

Bidders will be required to demonstrate that they have (or have current access to) the minimum required tools, plant, technical equipment, traffic management equipment, welfare facilities and all appropriate PPE (including through current hiring or sub-contracting) to deliver the types of requirements detailed in this Contract Notice.

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

Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

OR see SPD Supporting Statements attached with the tender for the alternative.

2. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum,

OR see SPD Supporting Statements attached with the tender for the alternative.

3. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

OR see SPD Supporting Statements attached with the tender for the alternative.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Key Performance Indicators are detailed within Appendix C, attached within PCS-Tender.


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: 2022/S 022-191619

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

12 May 2023

Local time

12:00pm

Changed to:

Date

14 May 2023

Local time

5:00pm

See the change notice.

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 May 2023

Local time

9:00am

Information about authorised persons and opening procedure

Opening of Tenders is through PCS-Tender by an FLS Procurement Specialist and a full audit trail is kept.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Autumn 2027

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

Scoring Methodology Technical:

0-Unacceptable-Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

25-Poor-Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

50-Acceptable-Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

75-Good-Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

100-Excellent-Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

Any Bidder that receives a score of zero for one or more Technical criteria will be excluded from the tender.

Any bidder that receives a total Technical score below 50% out of 100% will be excluded from the tender.

Tenderers should note that although the value of the Contract has been estimated at 66,334,775.00 GBP excluding VAT over the maximum five year contract period, the Authority reserves the right to modify the Contract – 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.

Please refer to the "Specification" Document; Section 3.14 contained within the Tender Pack on PCS-T for a full list of operational reasons for modifications.

Scottish Government Supplier Journey: https://www.supplierjourney.scot/

Buyer Help and Guidance on PCS-Tender here: https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/buyerhelp.html

Supplier Developer Programme https://www.sdpscotland.co.uk/region/public-bodies-forestry-commission/

The Supplier Development Programme is holding a mandatory webinar on 19-Apr-23https://www.sdpscotland.co.uk/events/talking-tenders-with-forestry-and-land-scotland-1441/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23105. 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:

It will be encouraged for prime contractors to advertise sub-contracting opportunities via PCS, however it will not be mandated as use of PCS to advertise sub-contracting opportunities is not intended to cut across supply chain arrangements that the prime contractor may already have in place. The PIN responses and sub-contracting pattern have evidenced an established sub-contracting network. Whilst it does represent best practice, use of PCS in this instance is unlikely to add any additional value and may delay mobilisation.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The exponential growth in delivery of peatland restoration required to meet the target of 250,000ha restored by 2030 means that there is an urgent need to address the skills shortages and workforce capacity issues in the peatland restoration sector.

Community Benefits are a mandatory requirement of this contract. The Purchaser will be looking for Service Provider to deliver community benefits in building workforce capacity. The list of community benefits that are particularly relevant and proportionate to this contract are detailed within the Evaluation and Award Criteria document, attached on PCS-Tender

(SC Ref:716756)

six.4) Procedures for review

six.4.1) Review body

The Inverness Justice Centre

Longman Road

Inverness

IV1 1AH

Email

inverness@scotcourts.gov.uk

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.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

Email

supreme.courts@scotcourts.gov.uk

Telephone

+44 1312252595

Country

United Kingdom