Section one: Contracting authority
one.1) Name and addresses
Forestry and Land Scotland
Great Glen House, Leachkin Road
Inverness
IV3 8NW
Contact
Holly Thomson
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
supreme.courts@scotcourts.gov.uk
Telephone
+44 1312252595
Country
United Kingdom