- Scope of the procurement
- Lot 1. Fire Engineering Servicing and Repair
- Lot 2. Heating and Ventilation Servicing and Repair
- Lot 3. Biomass Systems Servicing and Repair
- Lot 4. Electrical Fixed Wire Inspection and Repair (including Lightning Protection Systems and fall protection/arrest devices)
- Lot 5. Legionella L8 Compliance
- Lot 6. Private Water Supply Servicing including Boreholes
- Lot 7. Asbestos Surveying
- Lot 8. Septic Tank Emptying
- Lot 9. Refrigeration and Air Conditioning Servicing and Repair
- Lot 10. Waste Water Treatment Plant Maintenance
- Lot 11. Demolition Works
- Lot 12. Commercial Door Maintenance and Repair
- Lot 13. Lifting Operation and Lifting Equipment Inspections
- Lot 14. Ecological Surveys
- Lot 15. Fire Risk Assessments
Section one: Contracting authority
one.1) Name and addresses
Forestry and Land Scotland
Great Glen House, Leachkin Road
Inverness
IV3 8NW
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
FW0064 Building Compliance (Hard Facilities Management) Framework 2023-2027
Reference number
FW0064
two.1.2) Main CPV code
- 77300000 - Horticultural services
two.1.3) Type of contract
Services
two.1.4) Short description
Forestry and Land Scotland (FLS) looks after 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 details on FLS can be found here:
https://forestryandland.gov.scot/
FLS has a statutory requirement to service, repair and maintain its built estate across Scotland. There are approximately 550 buildings encompassing deer larders, storage facilities, offices, accommodation, recreation and visitor centres.
This framework will provide services to ensure the FLS buildings are compliant with relevant legislation. There are 15 lots that each require different specialist professions.
two.1.5) Estimated total value
Value excluding VAT: £3,451,000
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
Fire Engineering Servicing and Repair
Lot No
1
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 50413200 - Repair and maintenance services of firefighting equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) requires the inspection and testing at 6-monthly intervals of all fire safety installations and systems (including fire detection systems, stand-by power systems, door control mechanisms, smoke control systems, emergency lighting, and all passive fire protection systems).
two.2.5) Award criteria
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 20%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Reactive Response / Weighting: 4%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £320,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Heating and Ventilation Servicing and Repair
Lot No
2
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 50720000 - Repair and maintenance services of central heating
- 50712000 - Repair and maintenance services of mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50700000 - Repair and maintenance services of building installations
- 71314310 - Heating engineering services for buildings
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS Buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) requires the servicing and repair of heating and ventilation plant, in line with manufacturers' maintenance schedules.
two.2.5) Award criteria
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 20%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Reactive Response / Weighting: 4%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £180,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Biomass Systems Servicing and Repair
Lot No
3
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 50531100 - Repair and maintenance services of boilers
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) requires a biomass service contractor to provide planned preventative and reactive maintenance of its plant in line with the specification outlined in this document.
two.2.5) Award criteria
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 20%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Reactive Response / Weighting: 4%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Electrical Fixed Wire Inspection and Repair (including Lightning Protection Systems and fall protection/arrest devices)
Lot No
4
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 71315400 - Building-inspection services
- 71314100 - Electrical services
- 50116100 - Electrical-system repair services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) requires a contractor to provide a planned inspection and testing service and a reactive repairs service for all electrical circuits and lightning protection systems in line with the specification.
two.2.5) Award criteria
Quality criterion - Name: Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 20%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Reactive Response / Weighting: 4%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £352,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Legionella L8 Compliance
Lot No
5
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 65130000 - Operation of water supplies
- 90713100 - Consulting services for water-supply and waste-water other than for construction
- 71800000 - Consulting services for water-supply and waste consultancy
- 90714500 - Environmental quality control services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) requires a Contractor to aid in the prevention and control of Legionella across its built estate. The Contractor will provide advice, consultancy, operating, maintenance and management services associated with the control of Legionella in domestic hot and cold water systems.
two.2.5) Award criteria
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 20%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Reactive Response / Weighting: 4%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £204,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Private Water Supply Servicing including Boreholes
Lot No
6
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 90713100 - Consulting services for water-supply and waste-water other than for construction
- 45232150 - Works related to water-distribution pipelines
- 45232430 - Water-treatment work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) has a number of regulated private water supplies across Scotland. Designated as the “Responsible Person” under the Water Intended for Human Consumption (Private Supplies) (Scotland) Regulations 2017, FLS will ensure that the water is wholesome through meeting water quality standards. To meet this duty, FLS requires a Contractor to undertake routine servicing and reactive maintenance to our regulated private water supply systems inclusive of boreholes.
two.2.5) Award criteria
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 20%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Reactive Response / Weighting: 4%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £230,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Asbestos Surveying
Lot No
7
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 90711100 - Risk or hazard assessment other than for construction
- 71600000 - Technical testing, analysis and consultancy services
- 71630000 - Technical inspection and testing services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) requires a Contractor to perform Asbestos Management Surveys, Re-inspection Surveys and Refurbishment and Demolition Surveys across its built estate that was constructed prior to 1999.
two.2.5) Award criteria
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 24%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £60,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Septic Tank Emptying
Lot No
8
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 90450000 - Treatment services of septic tanks
- 90410000 - Sewage removal services
- 90430000 - Sewage disposal services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) requires the routine and emergency emptying of septic tanks, compost toilets, interceptors, elsan points, silt and grease traps. FLS has approximately 90 septic tanks across its estate that provide foul drainage services for a range of facilities such as offices, visitor centres, workshops, deer larders, farms and residential properties.
two.2.5) Award criteria
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 24%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Refrigeration and Air Conditioning Servicing and Repair
Lot No
9
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 50530000 - Repair and maintenance services of machinery
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50730000 - Repair and maintenance services of cooler groups
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) requires a Contractor to provide periodic and reactive maintenance to the refrigerant systems across built assets.
two.2.5) Award criteria
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 20%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Reactive Response / Weighting: 4%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £160,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Waste Water Treatment Plant Maintenance
Lot No
10
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 45259100 - Wastewater-plant repair and maintenance work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) requires the planned preventative maintenance of the electro/mechanical systems and arrange for desludging of our small sewage treatment plants when required. The Contractor will also be required to attend to issues identified out-with planned schedules for reactive or emergency maintenance.
two.2.5) Award criteria
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 20%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Reactive Response / Weighting: 4%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Demolition Works
Lot No
11
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 45111100 - Demolition work
- 45110000 - Building demolition and wrecking work and earthmoving work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) requires Contractor to provide demolition works on the FLS estate.
two.2.5) Award criteria
Quality criterion - Name: Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 24%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Commercial Door Maintenance and Repair
Lot No
12
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 50530000 - Repair and maintenance services of machinery
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) requires a contractor to maintain its industrial doors in an efficient state, efficient working order and in good repair to meet our legal responsibilities.
two.2.5) Award criteria
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 20%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Reactive Response / Weighting: 4%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Lifting Operation and Lifting Equipment Inspections
Lot No
13
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 71000000 - Architectural, construction, engineering and inspection services
- 71315400 - Building-inspection services
- 71631100 - Machinery-inspection services
- 71730000 - Industrial inspection services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) require the inspection of lifting and pressure systems equipment to meet Lifting Operations and Lifting Equipment Regulations 1998 (LOLER), Pressure Systems Safety Regulations 2000 (PSSR) and the Provision and Use of Work Equipment Regulations 1998 (PUWER). The equipment is located at multiple workshops, deer larders and forest district offices.
two.2.5) Award criteria
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 24%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £140,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Ecological Surveys
Lot No
14
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 71355000 - Surveying services
- 90710000 - Environmental management
- 90713000 - Environmental issues consultancy services
- 90720000 - Environmental protection
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) requires a qualified and licensed consulting ecologist Contractor to undertake early habitat assessments or scoping bird surveys at proposed demolition and renovation sites to determine the likely impact on wildlife and biodiversity. Where there are concerns of an impact on wildlife, a survey is to be undertaken to be followed by mitigation measures and licensing where applicable.
two.2.5) Award criteria
Quality criterion - Name: Community Benefits / Weighting: Pass/Fail
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 24%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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.
two.2) Description
two.2.1) Title
Fire Risk Assessments
Lot No
15
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 90711100 - Risk or hazard assessment other than for construction
- 71317100 - Fire and explosion protection and control consultancy services
- 71317210 - Health and safety consultancy services
- 75251110 - Fire-prevention services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland. Please see map of FLS buildings uploaded to PCS-T.
two.2.4) Description of the procurement
Forestry and Land Scotland (FLS) requires a Contractor to undertake suitable and sufficient Fire Risk Assessments for the protection of life across non-domestic premises. The fire risk assessments will be non-intrusive and meet the requirements of life safety legislation, Fire (Scotland) Act 2005 and the Fire Safety (Scotland) Regulations 2006.
two.2.5) Award criteria
Quality criterion - Name: Prompt payment in the supply chain / Weighting: Pass/Fail
Quality criterion - Name: Construction Industry Scheme (CIS) / Weighting: Information only
Quality criterion - Name: Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Service Delivery / Weighting: 24%
Quality criterion - Name: Allocation of Work Orders / Weighting: 10%
Quality criterion - Name: Environmental Sustainability / Weighting: 2%
Quality criterion - Name: Lone Working / Weighting: 2%
Quality criterion - Name: Fair Work First / Weighting: 2%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £85,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2023
End date
29 January 2026
This contract is subject to renewal
Yes
Description of renewals
A single 12-month optional extension from January 2026 to January 2027.
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
Bidders will be required to have a minimum “general” yearly turnover of half the per annum value of each lot that they are bidding for, for the last three years.
It is a requirement of this framework that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Professional Risk Indemnity Insurance = 2,000,000 GBP in the aggregate
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP each and every claim
Public Liability Insurance = 5,000,000 GBP each and every claim
Minimum level(s) of standards possibly required
Please see the document titled 'FW0064 SPD Supporting Statements' found on PCS-T.
three.1.3) Technical and professional ability
List and brief description of selection criteria
MODERN SLAVERY
Bidders with a turnover greater than 36m GBP are required to comply with section 54 of the Modern Slavery Act 2015. Those Bidders must provide a link to their statement, setting out the steps they have taken to ensure there is no modern slavery in their own business or their supply chains to ensure that slavery and human trafficking is not taking place in any part of its own business.
More information can be found here:
https://www.legislation.gov.uk/ukpga/2015/30/section/54
PROMPT PAYMENT IN THE SUPPLY CHAIN
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:
a) have the systems in place to pay subcontractors through the supply chain promptly and effectively;
b) will provide evidence of their standard payment terms when requested; and
c) will provide evidence of paying at least 95% of all supply chain invoices on time (in accordance with the relevant terms of contract) during their last financial year.
QUALIFICATIONS
Bidders will be required to confirm that they have the relevant educational and professional qualifications detailed in the document titled 'FW0064 SPD Supporting Statements' found on PCS-T.
Minimum level(s) of standards possibly required
Bidders must be able to produce certificates, policies and/or procedures for the following:
QUALITY MANAGEMENT PROCEDURES
HEALTH AND SAFETY PROCEDURES
ENVIRONMENTAL MANAGEMENT SYSTEMS
For full details on each of these, please see the document titled 'FW0064 SPD Supporting Statements' on PCS-T.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Key Performance Indicators are detailed within the document titled 'FW0064 All-lots Specification' found attached within PCS-T.
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: 30
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
14 November 2022
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 November 2022
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: 2026 or 2027 dependent on whether extension taken.
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
It is a requirement of this tender that all staff involved in the delivery of all contracts awarded are paid at least the Real Living Wage.
FLS reserves the right to modify the duration, volume and, or, value of the framework, by undefined limits, under Regulation 72(1)(a) of the Public Contracts (Scotland) Regulations 2015, where required, as a result of the circumstances listed in FW0064 All-lots Specification, attached within PCS-T.
The Scottish Government Supplier Journey provides guidance on how to bid for public sector contracts: https://www.supplierjourney.scot/
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 21385. 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:
Delivery of Community Benefits is only mandatory for the following lots:
Lot 4 - Electrical Fixed Wire Inspection and Repair (including Lightning Protection Systems and fall protection/arrest devices)
Lot 11 - Demolition Works
Lot 14 - Ecological Surveys
FLS is looking for suppliers who, in carrying out their obligations under this framework, will bring benefit to the local and broader Scottish community in compliance with the Specification. Community Benefits will only require to be realised once the annual trigger point has been reached. The Contractor will choose from a menu of Community Benefits and will have 3 months to deliver them. More details can be found in the 'All-lots Specification' document available on PCS-T.
(SC Ref:705279)
six.4) Procedures for review
six.4.1) Review body
The Inverness Justice Centre
Longman Road
Inverness
IV1 1AH
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.
six.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament House, Parliament Square
Edinburgh
EH1 1RQ
supreme.courts@scotcourts.gov.uk
Telephone
+44 1312252595
Country
United Kingdom