Opportunity

FW0074 Framework Agreement for Soil Surveys

  • Forestry and Land Scotland

F02: Contract notice

Notice reference: 2022/S 000-024948

Published 6 September 2022, 1:48pm



Section one: Contracting authority

one.1) Name and addresses

Forestry and Land Scotland

Great Glen House, Leachkin Road

Inverness

IV3 8NW

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

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

FW0074 Framework Agreement for Soil Surveys

Reference number

FW0074

two.1.2) Main CPV code

  • 79311000 - Survey services

two.1.3) Type of contract

Services

two.1.4) Short description

Forestry and Land Scotland (FLS) has a requirement to procure a number of soil surveys to meet our requirement to manage the national forest estate.

Survey requirements procured through this Framework include;

- Site/soil surveys of afforested, clear felled, open land and ex-agricultural land.

- Recording the site/soil patterns and associated specific data, using the FC soil classification.

- Mapping Soil Polygons and associated linear and point data in a digital format.

- Delivering all data outputs from the survey, as specific format GIS themes (currently a bespoke version of GIS Forester), together with associated attribute tables.

- Producing written reports for each site

- Bespoke type of soil survey e.g. Detailed mapping of peatland types in a mosaic and peat depth probing

- Assessment of newly acquired land including possibly reclaimed land such as old mine works.

two.1.5) Estimated total value

Value excluding VAT: £3,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

North & West Region

Lot No

1

two.2.2) Additional CPV code(s)

  • 79311000 - Survey services
  • 71355000 - Surveying services
  • 79311200 - Survey conduction services
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 77300000 - Horticultural services

two.2.3) Place of performance

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

North and West region of Scotland. Please see the map defining regional boundaries, uploaded to folder 3 on PCS-Tender.

two.2.4) Description of the procurement

Forestry and Land Scotland (FLS) manage 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/

FLS has an ongoing requirement for the provision of soil surveys across all of Scotland. This Lot is for the North and West regions of Scotland.

The aim of this tender is to establish a framework agreement to fulfil this requirement.

This Framework will comprise of three geographical lots based on FLS’ regions. A map of the regional boundaries can be found in document 3. Map of Regional Boundaries.

two.2.5) Award criteria

Quality criterion - Name: Mandatory Payment of the Real Living Wage / Weighting: Pass/Fail

Quality criterion - Name: Prompt Payment / Weighting: Pass/Fail

Quality criterion - Name: Mandatory Community Benefits / Weighting: Pass/Fail

Quality criterion - Name: Additional Community Benefits / Weighting: 2.50%

Quality criterion - Name: Fair Work First / Weighting: 2.50%

Quality criterion - Name: Resource: Delivery Team – Soil Surveyors / Weighting: 11.25%

Quality criterion - Name: Resource: Delivery Team – Non-Surveying / Weighting: 6.25%

Quality criterion - Name: Resource: Framework/Contract Management / Weighting: 5.00%

Quality criterion - Name: Service Continuity and Deadlines / Weighting: 7.50%

Quality criterion - Name: Quality Maintenance / Weighting: 7.50%

Quality criterion - Name: Health and Safety / Weighting: 3.75%

Quality criterion - Name: Lone Working / Weighting: 3.75%

Cost criterion - Name: Pricing Schedule / Weighting: 50.00%

two.2.6) Estimated value

Value excluding VAT: £1,762,000

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

Duration in months

48

This contract is subject to renewal

No

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

FLS intends to appoint a maximum of 3 suppliers per lot.

The suppliers will be ranked on each lot based on total evaluation scores.

two.2) Description

two.2.1) Title

Central and East Region

Lot No

2

two.2.2) Additional CPV code(s)

  • 79311000 - Survey services
  • 71355000 - Surveying services
  • 79311200 - Survey conduction services
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 77300000 - Horticultural services

two.2.3) Place of performance

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

Central and East Region of Scotland. Please see the map defining regional boundaries, uploaded to folder 3 on PCS-Tender.

two.2.4) Description of the procurement

Forestry and Land Scotland (FLS) manage 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/

FLS has an ongoing requirement for the provision of soil surveys across all of Scotland. This Lot is for the Central and East regions of Scotland.

The aim of this tender is to establish a framework agreement to fulfil this requirement.

This Framework will comprise of three geographical lots based on FLS’ regions. A map of the regional boundaries can be found in document 3. Map of Regional Boundaries.

two.2.5) Award criteria

Quality criterion - Name: Mandatory Payment of the Real Living Wage / Weighting: Pass/Fail

Quality criterion - Name: Prompt Payment / Weighting: Pass/Fail

Quality criterion - Name: Mandatory Community Benefits / Weighting: Pass/Fail

Quality criterion - Name: Additional Community Benefits / Weighting: 5.00%

Quality criterion - Name: Fair Work First / Weighting: 5.00%

Quality criterion - Name: Resource: Delivery Team – Soil Surveyors / Weighting: 11.25%

Quality criterion - Name: Resource: Delivery Team – Non-Surveying / Weighting: 6.25%

Quality criterion - Name: Resource: Framework/Contract Management / Weighting: 5.00%

Quality criterion - Name: Service Continuity and Deadlines / Weighting: 7.50%

Quality criterion - Name: Quality Maintenance / Weighting: 7.50%

Quality criterion - Name: Health and Safety / Weighting: 3.75%

Quality criterion - Name: Lone Working / Weighting: 3.75%

Cost criterion - Name: Pricing Schedule / Weighting: 50.00%

two.2.6) Estimated value

Value excluding VAT: £842,000

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

Duration in months

48

This contract is subject to renewal

No

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

FLS intends to appoint a maximum of 3 suppliers per lot.

The suppliers will be ranked on each lot based on total evaluation scores.

two.2) Description

two.2.1) Title

South Region

Lot No

3

two.2.2) Additional CPV code(s)

  • 79311000 - Survey services
  • 71355000 - Surveying services
  • 79311200 - Survey conduction services
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 77300000 - Horticultural services

two.2.3) Place of performance

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

South region of Scotland. Please see the map defining regional boundaries, uploaded to folder 3 on PCS-Tender.

two.2.4) Description of the procurement

Forestry and Land Scotland (FLS) manage 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/

FLS has an ongoing requirement for the provision of soil surveys across all of Scotland. This Lot is for the South region of Scotland.

The aim of this tender is to establish a framework agreement to fulfil this requirement.

This Framework will comprise of three geographical lots based on FLS’ regions. A map of the regional boundaries can be found in document 3. Map of Regional Boundaries.

two.2.5) Award criteria

Quality criterion - Name: Mandatory Payment of the Real Living Wage / Weighting: Pass/Fail

Quality criterion - Name: Prompt Payment / Weighting: Pass/Fail

Quality criterion - Name: Mandatory Community Benefits / Weighting: Pass/Fail

Quality criterion - Name: Additional Community Benefits / Weighting: 5.00%

Quality criterion - Name: Fair Work First / Weighting: 5.00%

Quality criterion - Name: Resource: Delivery Team – Soil Surveyors / Weighting: 11.25%

Quality criterion - Name: Resource: Delivery Team – Non-Surveying / Weighting: 6.25%

Quality criterion - Name: Resource: Framework/Contract Management / Weighting: 5.00%

Quality criterion - Name: Service Continuity and Deadlines / Weighting: 7.50%

Quality criterion - Name: Quality Maintenance / Weighting: 7.50%

Quality criterion - Name: Health and Safety / Weighting: 3.75%

Quality criterion - Name: Lone Working / Weighting: 3.75%

Cost criterion - Name: Pricing Schedule / Weighting: 50.00%

two.2.6) Estimated value

Value excluding VAT: £896,000

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

Duration in months

48

This contract is subject to renewal

No

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

FLS intends to appoint a maximum of 3 suppliers per lot.

The suppliers will be ranked on each lot based on total evaluation scores.


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 Framework, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP for each and every claim

Public Liability Insurance = 2,000,000 GBP for each and every claim

Professional Risk Indemnity Insurance= 1,000,000 GBP for each and every claim

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders are required to provide three examples within the last three years that demonstrate that they have relevant experience to deliver the services as described in Part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

These examples must include your experience in delivering soil surveys within the UK, while using the Forestry Commission Soil Classification.

If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively. Please see the SPD within the Qualification Envelope on PCS-Tender for full details.

Bidders with a turnover less than 36,000,000 GBP must give a brief explanation of what steps are taken to ensure that slavery and human trafficking is not taking place in any part of its organisation (including any subcontractors and the supply chain).

Bidders with a turnover greater than 36,000,000 GBP are required to comply with the Modern Slavery Act 2015.

Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications;

Emergency First Aid at Work + F (EFAW+F) must be held by the required number of staff on site, as per FLS policy. Please see the SPD within the Qualification Envelope on PCS-Tender for full details.

Bidders will be required to confirm the environmental management measures employed that demonstrate the bio-security protocols you follow to ensure that bio-security risks are minimised.

Bidders will be required to confirm whether they intend to subcontract. The response to this question must advise that if so, what proportion of the framework will be sub-contracted.

Health & Safety Procedures

1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent).

OR,

2. A Health & Safety policy authorised by their Chief Executive or equivalent. Please see the SPD within the Qualification Envelope on PCS-Tender for full details.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see Key Performance Indicators within the Specification, uploaded to folder 2 within PCS-Tender.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 9

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 000-028962

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

Date

12 October 2022

Local time

5:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 October 2022

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2026.

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

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.

It is a requirement of this tender that all staff involved in the delivery of the Framework, are paid at least the Real Living Wage.

Following award of the framework, the staff of the successful bidders will be required to undertake and pass a mandatory soil survey skills test. Please see the specification uploaded to PCS-T for full details.

Forestry and Land Scotland is holding an optional webinar session for interested bidders on 20th September 2022. Details of accessing this will be published via PCS-Tender.

FLS reserves the right to modify the duration, volume and, or, value of the contract(s), by undefined limits, under Regulation 72(1) of the Public Contracts (Scotland) Regulations, where required, as a result of the circumstances listed in FW0074 Specification, attached within PCS-Tender.

The Scottish Government Supplier Journey: https://www.supplierjourney.scot/

The Buyer Help and Guidance on PCS-T here: https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/buyerhelp.html

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 Procurement Journey Scoring Methodology will be used for this exercise - full scoring methodology is detailed in the Evaluation and Award Criteria Document.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21829. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

A summary of the expected community benefits has been provided as follows:

Delivery of Community Benefits is mandatory for this contract. FLS is looking for a supplier who, in carrying out their obligations under this contract, will bring benefit to the local and broader Scottish community in compliance with FLS Requirement. The mandatory benefits which FLS expect through this contract are:

Community Engagement;

Education Engagement; and

Sustainability Initiatives.

In addition to the mandatory Community Benefits, bidders must present a community benefit proposal with their tender detailing how, in the event that they should be successful in winning the Framework, they will further address any Community Benefits. Full community benefit details are within FW0074 Evaluation and Award Criteria, attached within PCS-Tender.

(SC Ref:703026)

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