Opportunity

TimberLINK Services

  • Scottish Forestry

F02: Contract notice

Notice reference: 2021/S 000-026900

Published 27 October 2021, 12:25pm



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.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