- Scope of the procurement
- Lot 1. North Highland (Caithness, Sutherland & Easter Ross)
- Lot 2. Skye, Wester Ross & Inverness-shire
- Lot 3. Lochaber
- Lot 4. Mull & Lochaline
- Lot 5. North & Mid Argyll (inc North Knapdale)
- Lot 6. Kintyre (inc South Knapdale)
- Lot 7. Central Region (inc Trossachs & Cowal)
- Lot 8. North East (Aberdeenshire & Moray)
- Lot 9. Tay, Angus & Mearns
- Lot 10. South East (Dumfriesshire & the Borders)
- Lot 11. South West (Galloway, Ayrshire & Arran)
- Lot 12. Lochaber, Mull & Lochaline, North & Mid Argyll (inc Noth Knapdale) and Kintyre (inc South Knapdale)
- Lot 13. North Highland (Caithness, Sutherland & Easter Ross), Skye, Wester Ross, Inverness-shire and North East (Aberdeenshire & Moray)
- Lot 14. Central Region (inc Trossachs & Cowal), Tay, Angus, Mearns, South East (Dumfriessshire & the Borders) & South West (Galloway, Ayrshire & Arran)
Section one: Contracting authority
one.1) Name and addresses
Forestry and Land Scotland
Great Glen House, Leachkin Road
Inverness
IV3 8NW
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
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
supreme.courts@scotcourts.gov.uk
Telephone
+44 1312252595
Country
United Kingdom