Section one: Contracting authority
one.1) Name and addresses
Forestry and Land Scotland
Great Glen House, Leachkin Road
Inverness
IV3 8NW
procuremenet@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.1) Name and addresses
Scottish Forestry
Silvan House, 231 Corstorphine Road
Edinburgh
EH12 7AT
procurement@forestryandland.gov.scot
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30372
one.2) Information about joint procurement
The contract involves joint procurement
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
Lone/Hazardous Worker Safety System
Reference number
C0174
two.1.2) Main CPV code
- 77300000 - Horticultural services
two.1.3) Type of contract
Services
two.1.4) Short description
In support of its responsibilities to employee safety, Forestry and Land Scotland and Scottish Forestry (collectively referred to as The Authority) intends to award one contract for the supply and operation of a Lone/Hazardous Working Safety System (LWSS) that is fully compliant with British Standard BS8484:2016 and fails to safe.
For the purposes of this contract, a system that fails to safe is a system that is designed to remain safe in the event of a failure. A requirement of this is that the end user is aware immediately if the system is not working as it should so that they can take appropriate actions. This system will include Satellite Emergency Notification Devices (SENDs).
two.1.5) Estimated total value
Value excluding VAT: £1,150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71317200 - Health and safety services
- 77200000 - Forestry services
- 35113000 - Safety equipment
- 90721000 - Environmental safety services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
In support of its responsibilities to employee safety, Forestry and Land Scotland and Scottish Forestry (collectively referred to as The Authority) intends to award one contract for the supply and operation of a Lone/Hazardous Working Safety System (LWSS) that is fully compliant with British Standard BS8484:2016 and fails to safe.
For the purposes of this contract, a system that fails to safe is a system that is designed to remain safe in the event of a failure. A requirement of this is that the end user is aware immediately if the system is not working as it should so that they can take appropriate actions. This system will include Satellite Emergency Notification Devices (SENDs).
two.2.5) Award criteria
Quality criterion - Name: Adherence to Specification: Primary System / Weighting: 10%
Quality criterion - Name: Adherence to Specification: SENDs and Satellite Subscriptions / Weighting: 10%
Quality criterion - Name: Adherence to Specification: Integration of Primary and Secondary Systems / Weighting: 9%
Quality criterion - Name: Implementation Period and System Roll Out / Weighting: 9%
Quality criterion - Name: Implementation: Training / Weighting: 9%
Quality criterion - Name: System Resilience / Weighting: 11%
Quality criterion - Name: Cyber Security / Weighting: 10%
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 11%
Quality criterion - Name: Web Portal / Weighting: 9%
Quality criterion - Name: Incidents and Complaints / Weighting: 5%
Quality criterion - Name: Sustainability / Weighting: 4%
Quality criterion - Name: Fair Work First / Weighting: 1%
Quality criterion - Name: Community Benefits / Weighting: 2%
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Not Scored
Quality criterion - Name: Living Wage / Weighting: Not Scored
Quality criterion - Name: Prompt Payment / Weighting: Pass/Fail
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £1,150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months
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
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 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 = 2,000,000 GBP
Product Liability Insurance = 1,000,000 GBP
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 confirm whether they intend to subcontract and, if so, for what proportion of the contract.
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: 2021/S 000-001556
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 August 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 August 2022
Local time
1:00pm
Place
Due to Covid-19 restrictions this will be done at a private residence with no public access.
Information about authorised persons and opening procedure
Opening of Tenders is through PCS-Tenders by an FLS Regulated Procurement Officer 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: Six years (assuming maximum extensions are granted)
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
Any Bidder that receives a score of zero for one or more Technical criteria will be excluded from the tender.
Question Scoring Methodology for Technical Criteria is included within the tender documents on PCS-T.
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 1,170,000.00 GBP excluding VAT over the maximum seven 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.
Operational reasons for modifications may include but are not limited to:
- staff number increases and decreases;
- A drive from the Scottish Government or a change in government policy/priorities that increases or decreases the amount of Lone/Hazardous working undertaken by the Authority;
- Changes to Legislation affecting Lone/Hazardous working practices;
- Changes to guidelines and industry standards affecting Lone/Hazardous working practices;
- Any event or occurrence which is outside the reasonable control of the Authority concerned and which is not attributable to any act or failure to take preventative action by that Authority, including industrial action, fire, flood, violent storm, pestilence, explosion, malicious damage, armed conflict, acts of terrorism, nuclear, biological or chemical warfare, or any other disaster, natural or man-made;
- A change in The Authority’s Health and Safety Policies and Procedures;
- Technological advances and innovation.
Guidance for bidders can be found below:
https://www.supplierjourney.scot/
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 19039. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
- Targeted recruitment and vocational training initiatives;
- Supporting Educational initiatives: for example, offering work experience placements/school visits to explain what you do/routes to getting into the profession etc. in local schools;
- Supply chain initiatives/development.
- Support or Funding for Community and/or Environmental initiatives which may be taking place in the local community.
- Supported business, third sector and voluntary initiatives: for example, offering sub-contracting opportunities to deliver elements of the contract/framework.
- Support for Equality and diversity initiatives to encourage inclusiveness.
- Charitable donations/monetary value of contributions to community activities.
- Graduate, Apprentice, work placements and/or trainee placements.
- Support and development opportunities delivered to disadvantaged** groups.
- Activities otherwise intended to improve the economic, social or environmental wellbeing of The Authority’s area in a way additional to the main purpose of the Contract in which the requirement is included.
** Disadvantaged groups might include those that:
- Have not been in regular paid employment for the previous 6 months.
- Are between 15 and 24 years of age or over the age of 50 years.
- Has not attained an upper secondary educational or vocational qualification or is within two years after completing full-time education and not previously obtained his or her first regular paid employment.
- Lives as a single adult with one or more dependants.
(SC Ref:694429)
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