Tender

Lone/Hazardous Worker Safety System

  • Forestry and Land Scotland
  • Scottish Forestry

F02: Contract notice

Notice identifier: 2022/S 000-017977

Procurement identifier (OCID): ocds-h6vhtk-028d6a

Published 1 July 2022, 9:19am



Section one: Contracting authority

one.1) Name and addresses

Forestry and Land Scotland

Great Glen House, Leachkin Road

Inverness

IV3 8NW

Email

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

Email

procurement@forestryandland.gov.scot

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

https://forestry.gov.scot/

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

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