Tender

(FLS-116-C) Tree & Seed Haulage

  • Forestry and Land Scotland

F02: Contract notice

Notice identifier: 2024/S 000-034222

Procurement identifier (OCID): ocds-h6vhtk-044b08

Published 22 October 2024, 4:51pm



Section one: Contracting authority

one.1) Name and addresses

Forestry and Land Scotland

Great Glen House, Leachkin Road

Inverness

IV3 8NW

Contact

Holly Thomson

Email

flexibleprocurement@scotland-excel.org.uk

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=2f4d4fce-2c2e-4729-9af7-eb7fa74ef8e9&_ncp=1729588085407.494461-1

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=2f4d4fce-2c2e-4729-9af7-eb7fa74ef8e9&_ncp=1729588085407.494461-1

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

(FLS-116-C) Tree & Seed Haulage

Reference number

FLS-116-C

two.1.2) Main CPV code

  • 60180000 - Hire of goods-transport vehicles with driver

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this requirement is to provide Tree and Seed haulage services across Scotland, and to and from some locations in England

two.1.5) Estimated total value

Value excluding VAT: £2,742,951.73

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

two.2) Description

two.2.1) Title

National Haulage of Tree Seedlings (excluding West Argyll)

Lot No

1

two.2.2) Additional CPV code(s)

  • 60180000 - Hire of goods-transport vehicles with driver
  • 77300000 - Horticultural services
  • 77200000 - Forestry services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

National service, with main collection point of Forestry & Land Scotland, Newton Nursery, B9013, Newton, Elgin, IV30 8XR.

two.2.4) Description of the procurement

National haulage service with delivery to multiple location points (Forest Blocks) throughout multiple Scottish forestry district sites.

The requirement for this lot is the delivery of live planting stock grown from the authority’s site at Newton Nursery to various delivery points across Scotland. This contract covers deliveries throughout the whole of Scotland, although deliveries may also be required to England on occasion.

two.2.5) Award criteria

Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: PASS/FAIL

Quality criterion - Name: Living Wage / Weighting: PASS/FAIL

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Sustainability and Net Zero / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: Information Only

Quality criterion - Name: Q1 Sat nav and Postcode Issues / Weighting: 10

Quality criterion - Name: Q2 Live Plant Handling and Biosecurity Protocols / Weighting: 20

Quality criterion - Name: Q3 Communications / Weighting: 10

Quality criterion - Name: Q4 Multi Drop / Weighting: 10

Quality criterion - Name: Q5 Urgent Requirements / Weighting: 10

Quality criterion - Name: Q6 Fleet Management and Contingency / Weighting: 15

Quality criterion - Name: Q7 Innovation / Added Value / Weighting: 5

Quality criterion - Name: Q8 Forest Road Conditions / Weighting: 10

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Contract will initially be awarded for a three-year period, followed by the option to extend for an additional two-years (3+2) up to 23rd February 2030. The decision on whether to use the extension options available will be at the sole discretion of FLS and will be based upon contract performance, measured against the Key Performance Indicators (KPI’s) set out as a requirement of the contract.

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

Haulage of Tree Seedlings to West Argyle

Lot No

2

two.2.2) Additional CPV code(s)

  • 60180000 - Hire of goods-transport vehicles with driver
  • 77300000 - Horticultural services
  • 77200000 - Forestry services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Forestry & Land Scotland, Newton Nursery, B9013, Newton, Elgin, IV30 8XR and Forestry & Land Scotland, West Argyll Forestry Distrct, Cairnbaan Cold Store, Cairnbaan,Lochgilphead, Argyll, PA31 8RS.

two.2.4) Description of the procurement

Haulage service of tree & seeds for relevant forestry district sites.

This requirement is for the uplift of stock from Newton Nursery for onward delivery to Cairnbaan cold store in West Argyll.

two.2.5) Award criteria

Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: PASS/FAIL

Quality criterion - Name: Living Wage / Weighting: PASS/FAIL

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Sustainability and Net Zero / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: Information Only

Quality criterion - Name: Q1 Sat nav and Postcode Issues / Weighting: 10

Quality criterion - Name: Q2 Live Plant Handling and Biosecurity Protocols / Weighting: 20

Quality criterion - Name: Q3 Communications / Weighting: 10

Quality criterion - Name: Q4 Multi Drop / Weighting: 10

Quality criterion - Name: Q5 Urgent Requirements / Weighting: 10

Quality criterion - Name: Q6 Fleet Management and Contingency / Weighting: 15

Quality criterion - Name: Q7 Innovation / Added Value / Weighting: 5

Quality criterion - Name: Q8 Forest Road Conditions / Weighting: 10

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Contract will initially be awarded for a three-year period, followed by the option to extend for an additional two-years (3+2) up to 23rd February 2030. The decision on whether to use the extension options available will be at the sole discretion of FLS and will be based upon contract performance, measured against the Key Performance Indicators (KPI’s) set out as a requirement of the contract.

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

Selection criteria as stated in the procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 2024/S 000-009114

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

Date

22 November 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

22 November 2024

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: Autumn 2029

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

Question Scoring Methodology for Technical Criteria:

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

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

2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 - Excellent - Response is completely relevant and excellent overall. 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 tenderer that receives a score of ONE or LESS than for one or more Technical Questions within the ‘Lot Specific ITT’ WILL be excluded from the tender. (This is not applicable for the Master ITT Questions).

Any tenderer receiving an overall Technical score below 50% out of 100% will be excluded from the tender, and their commercial submissions will not be evaluated.

Please refer to the Contract Terms & Conditions document within the tender pack for a full list of operation reasons for modification.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26502. 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:

Award criteria as stated in the procurement documents

(SC Ref:781173)

six.4) Procedures for review

six.4.1) Review body

The Inverness Justice Centre

Longman Road

Inverness

IV1 1AH

Email

inverness@scotcourts.gov.uk

Telephone

+44 1463230782

Country

United Kingdom

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