Section one: Contracting authority
one.1) Name and addresses
Scottish Forestry
Silvan House, 231 Corstorphine Road
Edinburgh
EH12 7AT
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.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
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.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
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.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 May 2025
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend this contract by 2 x 1 year extension periods.
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
Section B of Part 4 of the SPD (Scotland)
Question 4B.5.1a and Q4b.5.2 INSURANCE
Question 4B.5.1b and Q4B.5.2 FINANCIAL (Ratios)
INSURANCE - It is a requirement of this Contract that Tenderers hold or can commit to obtain prior to the commencement of the Contract the types and minimum level of insurance indicated below:
FINANCIAL - It is a requirement of this Contract that Tenderers can demonstrate the minimum ratio indicated below:
Minimum level(s) of standards possibly required
4B.5.1a Minimum Insurance Levels:
Employers (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance/General Third Party Insurance (for any one incident) = 5,000,000 GBP
Charters Liability Insurance in respect of Cargo = 1,000,000 GBP
Hull and Machinery Insurance for the Vessel(s) = Appropriate to the value of the Vessel(s)
4B.5.1b. Any other economic or financial requirements:
Bidders must demonstrate a current ratio of 1.0 or above. The ratio will be calculated as follows: current assets/current liabilities
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: 2016/S 000-473516
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 December 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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 December 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: within the next 5 years
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.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=669394.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
The Community Benefit proposal submitted will be discussed and a plan for the delivery of the agreed community benefits will become a condition of the contract.
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:
Tenderers are required to present a community benefit proposal with their tender detailing how, in the event that they should be successful in winning the contract, they will address the following Community Benefit themes:
- targeted recruitment and training for “disadvantaged” persons unemployed for over 6 months;
- work placement opportunities;
- graduate placements.
If successful the winning tenderer(s) will discuss the content of their Community Benefit proposal and agree a plan for the delivery of the agreed community benefits which will become a condition of the contract.
(SC Ref:669394)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom