Opportunity

A Second Generation Farm Advisory Service with Both One to Many and One to One

  • Scottish Government

F02: Contract notice

Notice reference: 2021/S 000-025818

Published 15 October 2021, 11:45am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Gary Crombie

Email

Gary.Crombie@gov.scot

Telephone

+44 7392287522

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

A Second Generation Farm Advisory Service with Both One to Many and One to One

Reference number

Case Ref 562769

two.1.2) Main CPV code

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government has a requirement to place a contract with an external service provider for the provision of a second Generation Farm Advisory Service with both One to Many and One to One. Service components.

two.1.5) Estimated total value

Value excluding VAT: £8,550,000

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

Second Generation Farm Advisory Service Lot 1 (Component 1) One to Many

Lot No

1

two.2.2) Additional CPV code(s)

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Government, is looking to procure a service provider to deliver a national one to many farm advisory service that incorporates an advisory service for crofters and small farms and a dedicated helpdesk facility.

The aims of the proposed Scottish Farm Advisory Service are (1) to help farmers, crofters and land managers better understand regulatory and mandatory requirements and (2) to provide farmers, crofters and land managers with expertise and advice in a number of areas that help deliver: climate change mitigation, public good, improve business efficiency, mandatory standards and good practice advice in relation to environmental protection. In addition, the advisory service must reach the full diversity of farmers, crofters and land managers through flexible and inclusive approaches.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery and Approach / Weighting: 40

Quality criterion - Name: Approach to Risk, Business Continuity & Disaster Recovery / Weighting: 5

Quality criterion - Name: Skills and Resource / Weighting: 20

Quality criterion - Name: Fair Work / Weighting: 5

Quality criterion - Name: Contract Management / Weighting: 10

Quality criterion - Name: Climate Emergency / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 5

Quality criterion - Name: Cyber and Data Security / Weighting: 5

Quality criterion - Name: Mobilisation / Weighting: 5

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £7,500,000

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

Start date

4 April 2022

End date

3 April 2023

This contract is subject to renewal

Yes

Description of renewals

optional 12 months extension at Scottish Ministers discretion

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) Description

two.2.1) Title

Second Generation Farm Advisory Service Lot 2 (Component 2) One to One

Lot No

2

two.2.2) Additional CPV code(s)

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The one to one contract aims to ensure crofters, farmers and land managers have access to one to one consultancy support. These one to one visits provide significant value to farmers/crofters as the advice is specific to their enterprise, locality and issues. The advisor brings detailed local and enterprise knowledge and a fresh perspective. Through discussion with the farmer, the adviser can assess the vision for the farm, croft or other types of agricultural land, develop objectives and determine why certain management practices are followed and what options would be most suitable. The adviser is then able to talk these recommendations through with the farmer/crofter to establish an action plan. The service comprises of four elements:

- Integrated Land Management Plans (ILMPs) – government funding of up to GBP 1,200 per plan.

- Specialist advice - Up to GBP 1,000 for public good advice and for business efficiency advice.

- Carbon audits -funding of GBP500 for a first audit & GBP250 for an annual review.

- Mentoring for new entrants to farming - Up to 4 days one-to-one with a personal mentor.

The Scottish Government under the Scotland Rural Development Programme 2015-2020 within the SRDP Advisory Service is looking to procure a contract to deliver integrated land management plans (ILMPs), specialist advice, mentoring and carbon audits The aim of the contract is to ensure crofters, farmers, land managers, and new entrants have access to one to one consultancy support leading to the production of Integrated Land Management and specialist plans as well as mentoring and carbon audits.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery and Approach / Weighting: 40

Quality criterion - Name: Approach to Risk, Business Continuity & Disaster Recovery / Weighting: 5

Quality criterion - Name: Skills and Resource / Weighting: 20

Quality criterion - Name: Fair Work / Weighting: 5

Quality criterion - Name: Contract Management / Weighting: 10

Quality criterion - Name: Climate Emergency / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 5

Quality criterion - Name: Cyber and Data Security / Weighting: 5

Quality criterion - Name: Mobilisation / Weighting: 5

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,050,000

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

Start date

4 April 2022

End date

3 April 2023

This contract is subject to renewal

Yes

Description of renewals

optinal 12 months extension at discretion of Scottish Ministers

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Bidders must have in place the following minimum insurance levels:

- Public Liability Insurance - 1,000,000 GBP and unlimited in total;

- Professional Indemnity Insurance - 1,000,000 GBP

- Employer’s Liability Insurance - 5,000,000 GBP

Statement for 4B.4

Bidders must demonstrate a Current Ratio of no less than 1.0.

Current Ratio will be calculated as follows:

net current assets divided by net current liabilities.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

Such insurances must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract as appropriate.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

Service Contracts (SPD 4C) - Bidders must provide examples of relevant experience gained during the last three years.


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

30 November 2021

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

Tender must be valid until: 1 April 2022

four.2.7) Conditions for opening of tenders

Date

1 December 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Statement for 4B.5

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any

contract, the insurances indicated below:

Employer's (Compulsory) Liability Insurance = 5 million GBP

Public Liability Insurance = 1 million GBP

Professional Indemnity Insurance = 1 million GBP

SPD will be scored on a pass/fail basis.

The contract award criteria will be Price 30%/Quality 70 %.

Question Scoring Methodology for Award Criteria outlined in invitation to tender:

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 requirements will be fulfilled.

4 — Excellent. Response is completely relevant and excellent overall.

Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria

for this procurement.

If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria,these named parties must

complete and reattach the SPD Supplier Response Form attached to SPD

questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. These parties must complete the first three sections of the SPD

form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. If parties have not yet

been identified, this information may be required at a later

date. Scottish Government reserves the right to request this information from relevant parties upon whom the

main bidder will not rely to fulfil selection criteria.

4C.10 Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the

contract.

Please note there is a minimum mandatory pass mark of 2 for the evaluation criteria concerning Cyber Security for this contract

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19846. 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

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

There is a a scored evaluation criteria within the tender documents asking what community benefits tenderers can commit too. The response will be scored in line with the scoring methodology

(SC Ref:667896)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court Justice of the Peace 27

Chamber Street

Edinburgh

EH1 1LB

Country

United Kingdom