Opportunity

Supply of a Drill Rig including Maintenance and Parts

  • Forestry and Land Scotland

F02: Contract notice

Notice reference: 2021/S 000-018074

Published 29 July 2021, 12:44pm



Section one: Contracting authority

one.1) Name and addresses

Forestry and Land Scotland

1 Highlander Way, Inverness Retail Park

Inverness

IV2 7GB

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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

Supply of a Drill Rig including Maintenance and Parts

Reference number

C0195

two.1.2) Main CPV code

  • 16600000 - Specialist agricultural or forestry machinery

two.1.3) Type of contract

Supplies

two.1.4) Short description

FLS requires the supply of a Drill rig, training to operators/mechanics, as well as

the ongoing supply of parts and ad-hoc maintenance when required.

The Drill Rig, associated training, any parts or maintenance required throughout

the life of the contract must be delivered to Creebridge Workshop, Newton

Stewart, Wigtownshire, Scotland, DG8 6AJ.

The contract duration is 7 years and 4 months. The initial 4 month period will

allow for machine delivery, with the 7 year period commencing from date of

delivery of the machine.

It is anticipated the machine will be delivered to Creebridge Workshop and invoiced no later than 31st

March 2022.

two.1.5) Estimated total value

Value excluding VAT: £920,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77300000 - Horticultural services
  • 16800000 - Parts of agricultural and forestry machinery
  • 16820000 - Parts of forestry machinery
  • 43132200 - Drilling rig
  • 43132100 - Drilling machinery
  • 43124900 - Rock-drilling equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Creebridge Workshop, Newton Stewart, Wigtownshire, Scotland, DG8 6AJ.

two.2.4) Description of the procurement

FLS requires the supply of a Drill rig, training to operators/mechanics, as well as the ongoing supply of parts and ad-hoc maintenance when required.

The Drill Rig, associated training, any parts or maintenance required throughout the life of the contract must be delivered to Creebridge Workshop, Newton Stewart, Wigtownshire, Scotland, DG8 6AJ.

The contract duration is 7 years and 4 months. The initial 4 month period will allow for machine delivery, with the 7 year period commencing from date of delivery of the machine.

It is anticipated the machine will be delivered to Creebridge Workshop and invoiced no later than 31st March 2022.

two.2.5) Award criteria

Quality criterion - Name: Specification / Weighting: Pass/Fail

Quality criterion - Name: Timescales / Weighting: Pass/Fail

Quality criterion - Name: Warranty / Weighting: 5

Quality criterion - Name: Parts / Weighting: 5

Quality criterion - Name: Technical Support / Weighting: 5

Quality criterion - Name: Training / Weighting: 5

Quality criterion - Name: Sustainability / Weighting: 2.5

Quality criterion - Name: Fair Work First / Weighting: 2.5

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £920,000

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

Start date

15 November 2021

End date

31 March 2029

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please see the SPD on PCS-T for full details.

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

Bidders with a turnover greater than 36m GBP are required to comply with the Modern Slavery Act 2015. Bidders must provide a link to their statement setting out the steps they have taken to ensure there is no modern slavery in their own business or their supply chains to ensure that slavery and human trafficking is not taking place in any part of its own business.

http://www.legislation.gov.uk/ukpga/2015/30/section/54/enacted

Please see the SPD on PCS-T for full details.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must provide 2 examples of a similar scope, scale and value to the contract. Examples must demonstrate part supply, training, maintenance and technical support.

Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

It is a requirement of this contract that a Declaration of Conformity has been completed; and there is a UKCA (UK Conformity Assessed) or CE mark on the machinery indicating ‘Declaration of Conformity.

Please see the SPD on PCS-T for full details.


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

Date

6 September 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

6 September 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2028

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

The Procurement Journey 0 - 4 scoring methodology will be used.

FLS may modify the Contract, irrespective of the

monetary value of those modifications, within the scope permitted under Regulation 72 (1) of The Public Contracts (Scotland) Regulations 2015, should operational reasons require it.

Actual requirements can vary due to changes in (for example);

Operational changes which may impact volume of parts required;

Machine failure due to unforeseen factors/factors out with reasonable control which may result in additional parts being required.

The FLS guide to PCS-T here:

https://forestryandland.gov.scot/images/researchandresources/procurement/Procurement-Supplier-Guidance-for-PCS-Tender.pdf

The Supplier Developer Programme is available to assist Suppliers with public procurement including training events:

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 39807. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:661601)

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.

Court of Session

Parliament House

Parliament Square

Edinburgh

EH1 1RQ

0131 225 2595

supreme.courts@scotcourts.gov.uk