Opportunity

Deer & Other Wildlife Management Services

  • Forestry and Land Scotland

F02: Contract notice

Notice reference: 2021/S 000-030796

Published 10 December 2021, 11:55am



The closing date and time has been changed to:

31 January 2022, 10:00am

See the change notice.

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

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

www.publictendersscotland.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Deer & Other Wildlife Management Services

Reference number

CO224

two.1.2) Main CPV code

  • 77300000 - Horticultural services

two.1.3) Type of contract

Services

two.1.4) Short description

Forestry & Land Scotland (FLS) undertakes deer and other wildlife management on Scotland’s National Forest and Land (SNFL) to protect tree crop and designated sites from the adverse impacts of grazing/browsing herbivores. This protection increases the volume and quality of timber brought to market, enables woodland creation and protects and enhances biodiversity through habitat protection.

The aim of this contract is to procure deer and other wildlife management services. These services will assist FLS in reducing and maintaining deer and other wildlife at sustainable densities across the SNFL through culling in a humane, safe and cost effective manner. These services are to be delivered in conjunction with the culling duties of FLS Wildlife Staff.

Carcasses of deer and some other animals are sold into the human food chain and therefore the lardering of carcasses must be undertaken in accordance with Scottish Quality Wild Venison Assurance Scheme (SQWVAS) standards.

The scope of this contract is primarily for deer culling. The culling of feral pig, feral goat and feral sheep is required on an opportunistic basis only. FLS reserves the right to deliver or procure a targeted feral pig, feral goat and/or feral sheep cull.

Culling must be by centre fire rifle. Shotguns are not permitted.

The contract term is five years commencing 1st May 2022 with an additional optional one year extension available at the discretion of FLS.

Regulation 72(1): FLS may modify the Contract, irrespective of the monetary value of those modifications, within the scope permitted under Regulation 72(1)(a) of The Public Contracts (Scotland) Regulations 2015 should Operational reasons require it. Actual requirements can vary due to changes in:

Deer ingress;

Significant weather patterns impacting deer density;

Forest block acquisition or disposal within the lot boundary;

Taking responsibility for an FLS Staff block;

Any disease or tree health issue;

A change in Scottish Government or FLS strategies;

Scottish Governments response to the Deer Working Group and any associated changes to published best practice and legislation;

Any collaborative culling agreement;

Receipt of additional funding;

Standards associated with the preparation of carcasses and sale of bi- products to meet FLS business need;

NatureScot legislative, regulatory or collaborative requirements;

Scottish Governments response to COVID-19.

Question Scoring Methodology for Technical Criteria:

0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

25 - Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

50 - 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.

75 - 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.

100 - 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.

Any Bidder that receives a score of zero or one for one or more Technical Question will be excluded from the tender.

two.1.5) Estimated total value

Value excluding VAT: £27,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

North A

Lot No

1

two.2.2) Additional CPV code(s)

  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The service required is deer and wildlife management on Scotland’s National Forest & Land. This includes the culling, gralloching, transporting and lardering of deer in accordance with the specification requirements.

Contractors must provide the managerial oversight required to ensure delivery and full compliance with all specification requirements by any direct employees and/or Subcontractors. Managerial oversight of contract performance is regarded as a critical task which must be performed directly by the bidder and not subcontracted.

The service must be provided throughout the year. Contractors must be prepared and equipped to deliver culling services over difficult terrain and in adverse weather conditions.

All land assigned as Contractor responsibility for any given year of the contract term must be attended frequently for the purposes of service delivery.

Minimum Guaranteed Annual Cull Target: 2500

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,800,000

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

Start date

1 May 2022

End date

30 April 2028

This contract is subject to renewal

Yes

Description of renewals

Contract duration includes an optional one year extension.

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

North B

Lot No

2

two.2.2) Additional CPV code(s)

  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The service required is deer and wildlife management on Scotland’s National Forest & Land. This includes the culling, gralloching, transporting and lardering of deer in accordance with the specification requirements.

Contractors must provide the managerial oversight required to ensure delivery and full compliance with all specification requirements by any direct employees and/or Subcontractors. Managerial oversight of contract performance is regarded as a critical task which must be performed directly by the bidder and not subcontracted.

The service must be provided throughout the year. Contractors must be prepared and equipped to deliver culling services over difficult terrain and in adverse weather conditions.

All land assigned as Contractor responsibility for any given year of the contract term must be attended frequently for the purposes of service delivery.

Minimum Guaranteed Annual Cull Target: 3500

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,800,000

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

Start date

1 May 2022

End date

30 April 2028

This contract is subject to renewal

Yes

Description of renewals

Contract duration includes an optional one year extension.

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

South B

Lot No

4

two.2.2) Additional CPV code(s)

  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The service required is deer and wildlife management on Scotland’s National Forest & Land. This includes the culling, gralloching, transporting and lardering of deer in accordance with the specification requirements.

Contractors must provide the managerial oversight required to ensure delivery and full compliance with all specification requirements by any direct employees and/or Subcontractors. Managerial oversight of contract performance is regarded as a critical task which must be performed directly by the bidder and not subcontracted.

The service must be provided throughout the year. Contractors must be prepared and equipped to deliver culling services over difficult terrain and in adverse weather conditions.

All land assigned as Contractor responsibility for any given year of the contract term must be attended frequently for the purposes of service delivery.

Minimum Guaranteed Annual Cull Target: 1600

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,000,000

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

Start date

1 May 2022

End date

30 April 2028

This contract is subject to renewal

Yes

Description of renewals

Contract duration includes an optional one year extension.

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

East A

Lot No

5

two.2.2) Additional CPV code(s)

  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The service required is deer and wildlife management on Scotland’s National Forest & Land. This includes the culling, gralloching, transporting and lardering of deer in accordance with the specification requirements.

Contractors must provide the managerial oversight required to ensure delivery and full compliance with all specification requirements by any direct employees and/or Subcontractors. Managerial oversight of contract performance is regarded as a critical task which must be performed directly by the bidder and not subcontracted.

The service must be provided throughout the year. Contractors must be prepared and equipped to deliver culling services over difficult terrain and in adverse weather conditions.

All land assigned as Contractor responsibility for any given year of the contract term must be attended frequently for the purposes of service delivery.

Minimum Guaranteed Annual Cull Target: 2200

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,400,000

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

Start date

1 May 2022

End date

30 April 2028

This contract is subject to renewal

Yes

Description of renewals

Contract duration includes an optional one year extension.

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

East B

Lot No

6

two.2.2) Additional CPV code(s)

  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The service required is deer and wildlife management on Scotland’s National Forest & Land. This includes the culling, gralloching, transporting and lardering of deer in accordance with the specification requirements.

Contractors must provide the managerial oversight required to ensure delivery and full compliance with all specification requirements by any direct employees and/or Subcontractors. Managerial oversight of contract performance is regarded as a critical task which must be performed directly by the bidder and not subcontracted.

The service must be provided throughout the year. Contractors must be prepared and equipped to deliver culling services over difficult terrain and in adverse weather conditions.

All land assigned as Contractor responsibility for any given year of the contract term must be attended frequently for the purposes of service delivery.

Minimum Guaranteed Annual Cull Target: 4000

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,100,000

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

Start date

1 May 2022

End date

30 April 2028

This contract is subject to renewal

Yes

Description of renewals

Contract duration includes an optional one year extension.

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

West A

Lot No

7

two.2.2) Additional CPV code(s)

  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The service required is deer and wildlife management on Scotland’s National Forest & Land. This includes the culling, gralloching, transporting and lardering of deer in accordance with the specification requirements.

Contractors must provide the managerial oversight required to ensure delivery and full compliance with all specification requirements by any direct employees and/or Subcontractors. Managerial oversight of contract performance is regarded as a critical task which must be performed directly by the bidder and not subcontracted.

The service must be provided throughout the year. Contractors must be prepared and equipped to deliver culling services over difficult terrain and in adverse weather conditions.

All land assigned as Contractor responsibility for any given year of the contract term must be attended frequently for the purposes of service delivery.

Minimum Guaranteed Annual Cull Target: 1100

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,400,000

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

Start date

1 May 2022

End date

30 April 2028

This contract is subject to renewal

Yes

Description of renewals

Contract duration includes an optional one year extension.

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

West B

Lot No

8

two.2.2) Additional CPV code(s)

  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The service required is deer and wildlife management on Scotland’s National Forest & Land. This includes the culling, gralloching, transporting and lardering of deer in accordance with the specification requirements.

Contractors must provide the managerial oversight required to ensure delivery and full compliance with all specification requirements by any direct employees and/or Subcontractors. Managerial oversight of contract performance is regarded as a critical task which must be performed directly by the bidder and not subcontracted.

The service must be provided throughout the year. Contractors must be prepared and equipped to deliver culling services over difficult terrain and in adverse weather conditions.

All land assigned as Contractor responsibility for any given year of the contract term must be attended frequently for the purposes of service delivery.

Minimum Guaranteed Annual Cull Target: 1400

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,600,000

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

Start date

1 May 2022

End date

30 April 2028

This contract is subject to renewal

Yes

Description of renewals

Contract duration includes an optional one year extension.

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

Central A

Lot No

9

two.2.2) Additional CPV code(s)

  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The service required is deer and wildlife management on Scotland’s National Forest & Land. This includes the culling, gralloching, transporting and lardering of deer in accordance with the specification requirements.

Contractors must provide the managerial oversight required to ensure delivery and full compliance with all specification requirements by any direct employees and/or Subcontractors. Managerial oversight of contract performance is regarded as a critical task which must be performed directly by the bidder and not subcontracted.

The service must be provided throughout the year. Contractors must be prepared and equipped to deliver culling services over difficult terrain and in adverse weather conditions.

All land assigned as Contractor responsibility for any given year of the contract term must be attended frequently for the purposes of service delivery.

Minimum Guaranteed Annual Cull Target: 3000

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,300,000

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

Start date

1 May 2022

End date

30 April 2028

This contract is subject to renewal

Yes

Description of renewals

Contract duration includes an optional one year extension.

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

Central B

Lot No

10

two.2.2) Additional CPV code(s)

  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The service required is deer and wildlife management on Scotland’s National Forest & Land. This includes the culling, gralloching, transporting and lardering of deer in accordance with the specification requirements.

Contractors must provide the managerial oversight required to ensure delivery and full compliance with all specification requirements by any direct employees and/or Subcontractors. Managerial oversight of contract performance is regarded as a critical task which must be performed directly by the bidder and not subcontracted.

The service must be provided throughout the year. Contractors must be prepared and equipped to deliver culling services over difficult terrain and in adverse weather conditions.

All land assigned as Contractor responsibility for any given year of the contract term must be attended frequently for the purposes of service delivery.

Minimum Guaranteed Annual Cull Target: 3200

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,400,000

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

Start date

1 May 2022

End date

30 April 2028

This contract is subject to renewal

Yes

Description of renewals

Contract duration includes an optional one year extension.

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

South A

Lot No

3

two.2.2) Additional CPV code(s)

  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The service required is deer and wildlife management on Scotland’s National Forest & Land. This includes the culling, gralloching, transporting and lardering of deer in accordance with the specification requirements.

Contractors must provide the managerial oversight required to ensure delivery and full compliance with all specification requirements by any direct employees and/or Subcontractors. Managerial oversight of contract performance is regarded as a critical task which must be performed directly by the bidder and not subcontracted.

The service must be provided throughout the year. Contractors must be prepared and equipped to deliver culling services over difficult terrain and in adverse weather conditions.

All land assigned as Contractor responsibility for any given year of the contract term must be attended frequently for the purposes of service delivery.

Minimum Guaranteed Annual Cull Target: 2500

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,800,000

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

Start date

1 May 2022

End date

30 April 2028

This contract is subject to renewal

Yes

Description of renewals

Contract duration includes an optional one year extension.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

SNH Fit and Competent Registered

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.

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 contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 5M GBP

Public Liability Insurance = 5M GBP

All insurance documents must be held in the company name.

Please refer to the FLS - Standard Statements document in PCS-T.

three.1.3) Technical and professional ability

List and brief description of selection criteria

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

Full copy of your British Firearms Certificate stating approval to hold firearms legal for culling all species of deer and all lawful quarry in Scotland and purchase/approval to purchase a sound moderator; or

EU Firearms Pass and visitors permit via UK sponsor issued by UK police with deer legal calibre for use with all species of deer and all lawful quarry in Scotland and meets Authority guidelines including purchase/approval to purchase a sound moderator

Deer Stalking Certificate (DSC) 1 & 2 Certificates; and

Trained Hunter status; and

Emergency First Aid at Work + F (EFAW+F)* – note that Emergency First Aid at Work will be accepted for this tender however Emergency First Aid + F must be supplied before the beginning of any Call Off Contract under the Framework Agreement; and

Where required for delivery of the service in the Region All-Terrain Vehicles training certificates (ATC/V training and competence certificates from NPTC (https://www.nptc.org.uk/default.aspx), LANTRA (https://www.lantra.co.uk/awards/product/lantra-awards-technical-award-sit-atv-conventional-steered) and BORDA (British Off Road Driving Association (http://www.borda.org.uk/atv-training.html ) if required; and

Undertaken Manual Handling training (guidance can be obtained from the HSE - http://www.hse.gov.uk/msd/faq-manhand.htm; and

Full valid UK or EU Driving Licence suitable for categories of vehicles to be operated.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Deer (Firearms etc.) (Scotland) Order 1985

Deer (Scotland) Act 1996

Part 3 Wildlife and Natural Environment (Scotland) Act 2011

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.1.8) 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 000-027651

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

Originally published as:

Date

28 January 2022

Local time

5:00pm

Changed to:

Date

31 January 2022

Local time

10:00am

See the change notice.

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

four.2.7) Conditions for opening of tenders

Date

31 January 2022

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 5 years from the date of contract award. 6 years if the optional extension is utilised.

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

https://forestryandland.gov.scot/images/researchandresources/procurement/Procurement-Supplier-Guidance-for-PCS-Tender.pdf

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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20170. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

It will be encouraged for prime contractors to advertise sub-contracting opportunities via PCS, however it will not be mandated as use of PCS to advertise sub-contracting opportunities is not intended to cut across supply chain arrangements that the prime contractor may already have in place. The PIN responses and sub-contracting pattern have evidenced an established sub-contracting network. Whilst it does represent best practice, use of PCS in this instance is unlikely to add any additional value and may delay mobilisation.

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:

The successful supplier(s) will be expected 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 Community Benefits.

The Community Benefit proposed for this contract should be provided specifically if successful in this tender process and should not be a Community Benefit which is already being undertaken by the organisation.

Examples of Community Benefits include:

Targeted recruitment and vocational training initiatives;

Supporting Educational initiatives for example offering work experience placements/school visit to explain what you do/routes to getting into the profession etc. in local schools;

Supply chain initiatives/development;

Support or Funding for Community and/or Environmental initiatives which may be taking place in the local community;

Supported business, third sector and voluntary initiatives for example offering these sector sub-contracting opportunities to deliver elements of the contract/framework;

Support for Equality and diversity initiatives to encourage inclusiveness;

Charitable donations/monetary value of contributions to community activities;

Graduate, Apprentice, work placements and/or trainee placements;

Support and development opportunities delivered to disadvantaged** groups.

The successful supplier(s) will be required to submit an annual return in February each year outlining progress made against the Community Benefits identified.

** Disadvantaged groups might include those that:

(a) have not been in regular paid employment for the previous 6 months; or

(b) are between 15 and 24 years of age or over the age of 50 years;

(c) has not attained an upper secondary educational or vocational qualification or is within two years after completing full-time education and not previously obtained his or her first regular paid employment; or

(d) lives as a single adult with one or more dependents.

(SC Ref:676101)

six.4) Procedures for review

six.4.1) Review body

The Inverness Justice Cenre

Longman Road

Inverness

IN1 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.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

Email

supreme.courts@scotcourts.gov.uk

Telephone

+44 1312252595

Country

United Kingdom