Awarded contract

TimberLINK Services

  • Scottish Forestry

F03: Contract award notice

Notice reference: 2022/S 000-021050

Published 2 August 2022, 10:13am



Section one: Contracting authority

one.1) Name and addresses

Scottish Forestry

Silvan House, 231 Corstorphine Road

Edinburgh

EH12 7AT

Email

lynda.collin@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 is awarded by a central purchasing body

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

TimberLINK Services

Reference number

SF_0121

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.1.4) Short description

The TimberLINK Service is a Public Service Contract (PSC) which provides a timber transport and shipping service established to transport a minimum of 75,000 tonnes of timber per annum from a range of forest locations in Argyll to a range of markets by sea via ports in Argyll and Ayrshire.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £5,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 77211200 - Transport of logs within the forest

two.2.3) Place of performance

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

Argyll & Ayrshire

two.2.4) Description of the procurement

The TimberLINK Public Service Contract (PSC) is a timber transport and shipping service established to transport a minimum of 75,000 tonnes of timber per annum from a range of forest locations in Argyll to a range of markets by sea via ports in Argyll and Ayrshire.

A subsidy is available to resource this service.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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 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 000-026900


Section five. Award of contract

Contract No

SF_0121

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 July 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Associated British Ports

Port Office , North Harbour Street

Ayr

KA8 8AH

Telephone

+44 7973215995

Country

United Kingdom

NUTS code
  • UKM8 - West Central Scotland
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £5,000,000

Total value of the contract/lot: £4,821,345


Section six. Complementary information

six.3) Additional information

The Award Criteria is fully detailed within the ITT Evaluation Guide and Award Criteria document.

Tenderers must hold the Quality Assurance and Quality Management documentation described within the Evaluation and Award Criteria document. If Tenderers cannot confirm they hold the relevant documentation this will result in their bid not being considered any further.

All scored questions will be evaluated in accordance with the following scoring methodology:

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

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

2 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.

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

4 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.

(SC Ref:701969)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom