Tender

Estate Management Services 2023

  • Forestry and Land Scotland

F02: Contract notice

Notice identifier: 2022/S 000-035887

Procurement identifier (OCID): ocds-h6vhtk-039287

Published 19 December 2022, 3:57pm



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

Estate Management Services 2023

Reference number

FLS-0030-C

two.1.2) Main CPV code

  • 77300000 - Horticultural services

two.1.3) Type of contract

Services

two.1.4) Short description

The Estate Management Services contract will provide FLS’ Commercial Development and Buildings teams with the additional resources and expertise required to meet organisational objectives and manage their wider assets and third-party requirements. The services required will include a comprehensive range of professional estate management services

two.1.5) Estimated total value

Value excluding VAT: £2,250,000

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

Building Surveying, Architectural & Project Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71240000 - Architectural, engineering and planning services
  • 71250000 - Architectural, engineering and surveying services
  • 71251000 - Architectural and building-surveying services
  • 71242000 - Project and design preparation, estimation of costs
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 79311100 - Survey design services
  • 79415200 - Design consultancy services
  • 77300000 - Horticultural services

two.2.3) Place of performance

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

National

two.2.4) Description of the procurement

FLS has an ongoing requirement for professional Building Surveying, Architectural and Project Services. This includes:

- Buildings Surveys;

- Design studies;

- Specification of required works;

- Project delivery and contract administration from inception to completion;

- Feasibility studies; and

- The organisation and management of reactive works.

The Services required relate to Maintenance; Rationalisation; Refurbishment; Improvements; and New builds.

The Services may apply to any of FLS' buildings and will include offices, farms, deer larders, workshops, stores, houses, visitor centres and historic buildings.

two.2.5) Award criteria

Quality criterion - Name: Technical Questionaire / Weighting: 55

Price - Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £795,000

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

FLS has the option to extend any or all lots for up to twenty-four (24) months. FLS may extend the period of the Contract on more than one occasion.

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

Land Agency Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 70120000 - Buying and selling of real estate
  • 77231500 - Forest monitoring or evaluation services
  • 79419000 - Evaluation consultancy services
  • 70000000 - Real estate services
  • 70110000 - Development services of real estate
  • 70123000 - Sale of real estate
  • 70123200 - Sale of non-residential estate
  • 70300000 - Real estate agency services on a fee or contract basis
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70121000 - Building sale or purchase services
  • 70121100 - Building sale services
  • 70122000 - Land sale or purchase services
  • 70122100 - Land sale services
  • 70122110 - Vacant-land sale services
  • 70310000 - Building rental or sale services
  • 70320000 - Land rental or sale services
  • 70322000 - Vacant-land rental or sale services
  • 70121200 - Building purchase services
  • 70122200 - Land purchase services
  • 70122210 - Vacant-land purchase services
  • 79211120 - Sales and purchases recording services
  • 77300000 - Horticultural services

two.2.3) Place of performance

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

National

two.2.4) Description of the procurement

As managers of the extensive and diverse national forest estate, comprising a broad range of land and built assets and legal interests, FLS has an ongoing requirement for professional Land Agency Services relating to the following work areas:

Disposals (excluding woodland disposals);

Acquisitions;

Excambions;

Servitudes;

Wayleaves;

Leases;

Agreements;

Valuations linked to these Services;

Visitor centres and services; and

Other general estate management related advice and negotiations.

two.2.5) Award criteria

Quality criterion - Name: Technical Questionnaire / Weighting: 55

Price - Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £689,000

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

FLS has the option to extend any or all lots for up to twenty-four (24) months. FLS may extend the period of the Contract on more than one occasion.

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

Woodland Disposals

Lot No

4

two.2.2) Additional CPV code(s)

  • 70122000 - Land sale or purchase services
  • 70122100 - Land sale services
  • 70122110 - Vacant-land sale services
  • 70123000 - Sale of real estate
  • 70123200 - Sale of non-residential estate
  • 70310000 - Building rental or sale services
  • 70320000 - Land rental or sale services
  • 70322000 - Vacant-land rental or sale services
  • 77300000 - Horticultural services

two.2.3) Place of performance

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

National

two.2.4) Description of the procurement

The Service Provider will act in the capacity of consultants and shall advise FLS on the value of the land, the best route to market for the identified land and shall market and sell the land on behalf of FLS.

two.2.5) Award criteria

Quality criterion - Name: Technical Questionnaire / Weighting: 55

Price - Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £186,000

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

FLS has the option to extend any or all lots for up to twenty-four (24) months. FLS may extend the period of the Contract on more than one occasion.

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

Vacant and Derelict Land Consultancy

Lot No

6

two.2.2) Additional CPV code(s)

  • 45112350 - Reclamation of waste land
  • 45112360 - Land rehabilitation work
  • 70122000 - Land sale or purchase services
  • 70122100 - Land sale services
  • 70122110 - Vacant-land sale services
  • 70122200 - Land purchase services
  • 70122210 - Vacant-land purchase services
  • 70320000 - Land rental or sale services
  • 70321000 - Land rental services
  • 70322000 - Vacant-land rental or sale services
  • 70332100 - Land management services
  • 90722300 - Land reclamation services
  • 77300000 - Horticultural services

two.2.3) Place of performance

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

National

two.2.4) Description of the procurement

FLS requires additional support to provide technical advice, data and information on open cast coaling and vacant and derelict land sites (VDL sites) with regards to woodland restoration on these sites. The sites include those within direct FLS ownership and those where FLS are working in Partnership with other landowners with the aim to acquire these sites once remediation work has completed. In addition the winning bidder will be required to provide input into guidance documents and technical discussions with regulatory bodies such as SEPA.

FLS requires technical advice on commercial forest soil restoration and planting on former open cast coaling sites, in particular the design of drainage and soil creation to set specifications for these sites. In addition technical input may be required in relation to the creation of FLS VDL remediation guidance documents and to aid discussions with regulatory bodies such as SEPA

two.2.5) Award criteria

Quality criterion - Name: Technical Questionnaire / Weighting: 55

Price - Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £57,000

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

FLS has the option to extend any or all lots for up to twenty-four (24) months. FLS may extend the period of the Contract on more than one occasion.

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

Telecommunications: Landlord focused professional services

Lot No

7

two.2.2) Additional CPV code(s)

  • 32412100 - Telecommunications network
  • 64200000 - Telecommunications services
  • 71316000 - Telecommunication consultancy services
  • 70320000 - Land rental or sale services
  • 70321000 - Land rental services
  • 70322000 - Vacant-land rental or sale services
  • 77300000 - Horticultural services

two.2.3) Place of performance

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

National

two.2.4) Description of the procurement

Forestry and Land Scotland (FLS) hosts a large and expanding portfolio of telecom masts by all the main telecom Operators and broadcast/transmission enablers who provide commercial and emergency (“blue light”) communication services. The portfolio comprises 175 exiting leases and this will increase substantially with the deployment of the Shared Rural Network (SRN) programme across Scotland.

FLS has an ongoing requirement for a suitably experienced Service Provider to act on behalf of, and advise, FLS on all landlord focused matters relating to the management of the existing portfolio of telecom leases and grant of new leases.

two.2.5) Award criteria

Quality criterion - Name: Technical Questionnaire / Weighting: 55

Price - Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £93,000

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

FLS has the option to extend any or all lots for up to twenty-four (24) months. FLS may extend the period of the Contract on more than one occasion.

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

Strategic Planning & Development advice

Lot No

8

two.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71356400 - Technical planning services
  • 77231900 - Forest sectoral planning services
  • 90712000 - Environmental planning
  • 90712200 - Forest conservation strategy planning
  • 90712400 - Natural resources management or conservation strategy planning services
  • 70332100 - Land management services
  • 77300000 - Horticultural services

two.2.3) Place of performance

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

National

two.2.4) Description of the procurement

Forestry and Land Scotland (FLS) has an ongoing requirement for a suitably experienced Service Provider to act on behalf of, and advise, FLS on all matters relating to its planning and development matters on FLS landholding as required

two.2.5) Award criteria

Quality criterion - Name: Technical Questionnaire / Weighting: 55

Price - Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £78,000

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

FLS has the option to extend any or all lots for up to twenty-four (24) months. FLS may extend the period of the Contract on more than one occasion.

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

Restoration valuations for renewable schemes

Lot No

9

two.2.2) Additional CPV code(s)

  • 45454100 - Restoration work
  • 31121300 - Wind-energy generators
  • 31121340 - Wind farm
  • 71314000 - Energy and related services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 77300000 - Horticultural services

two.2.3) Place of performance

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

National

two.2.4) Description of the procurement

Forestry and Land Scotland (FLS) have procured a ready-reckoner (RR) to aid in the calculation of appropriate restoration amounts for windfarms, and some reviews have been successfully undertaken. However, these are now several years old, and advances have been made in both technology, and market understanding of the costs involved with such restorations. FLS staff have limited expertise for calculating these amounts and need expert professional advice.

FLS is therefore seeking a suitably experienced Service Provider to calculate appropriate restoration valuations for several schemes, and to assist in negotiations with operators to agree these amounts.

two.2.5) Award criteria

Quality criterion - Name: Technical Questionnaire / Weighting: 55

Price - Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £57,000

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

FLS has the option to extend any or all lots for up to twenty-four (24) months. FLS may extend the period of the Contract on more than one occasion.

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

Minerals Consultancy and Management

Lot No

5

two.2.2) Additional CPV code(s)

  • 14523100 - Minerals
  • 71313000 - Environmental engineering consultancy services
  • 71351200 - Geological and geophysical consultancy services
  • 71351210 - Geophysical consultancy services
  • 71351220 - Geological consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 73220000 - Development consultancy services
  • 73200000 - Research and development consultancy services
  • 79419000 - Evaluation consultancy services
  • 90713000 - Environmental issues consultancy services
  • 70332100 - Land management services
  • 77231100 - Forest resources management services
  • 79420000 - Management-related services
  • 90710000 - Environmental management
  • 90712400 - Natural resources management or conservation strategy planning services
  • 77300000 - Horticultural services

two.2.3) Place of performance

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

National

two.2.4) Description of the procurement

Forestry and Land Scotland (FLS) manages approximately 640,000ha across Scotland on behalf of the Scottish Ministers, which includes extensive rights to the minerals under the surface. Currently various sites with mineral interests are leased to minerals operators and worked as hardrock, sand and gravel quarries. In addition, a number of shorter term extraction licences and exploration agreements are granted to interested parties.

FLS seeks to obtain best value from the management of the assets under their control and to develop new income streams where possible. In order to assist them in this process FLS are seeking to appoint a minerals agent who is well engaged within the minerals industry to recommend and deliver potential new income streams.

two.2.5) Award criteria

Quality criterion - Name: Technical Questionnaire / Weighting: 55

Price - Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £117,000

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

FLS has the option to extend any or all lots for up to twenty-four (24) months. FLS may extend the period of the Contract on more than one occasion.

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

Natural Capital Finance Consultancy

Lot No

10

two.2.2) Additional CPV code(s)

  • 24311800 - Carbon
  • 90731210 - Purchase of CO2 emission credits
  • 71314300 - Energy-efficiency consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 72224000 - Project management consultancy services
  • 73200000 - Research and development consultancy services
  • 73000000 - Research and development services and related consultancy services
  • 73210000 - Research consultancy services
  • 73220000 - Development consultancy services
  • 79411100 - Business development consultancy services
  • 90713000 - Environmental issues consultancy services
  • 77300000 - Horticultural services

two.2.3) Place of performance

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

National

two.2.4) Description of the procurement

Forestry and Land Scotland (FLS) is exploring opportunities for delivering Nature-Based Solutions on national land, funded through blended finance.

FLS has identified a significant pipeline of projects eligible for the UK Woodland Carbon Code and Peatland Code across our landholding. FLS is now exploring options for financing and delivering this pipeline over the next 5 years in line with the Scottish Government’s Interim Principles of Responsible Investment in Natural Capital. Beyond this identified pipeline of carbon projects, there is potential to develop further additional Nature-Based Solutions focussing on biodiversity enhancement or climate adaptation if appropriate funding models and mechanisms can be developed.

two.2.5) Award criteria

Quality criterion - Name: Technical Questionnaire / Weighting: 55

Price - Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £57,000

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

FLS has the option to extend any or all lots for up to twenty-four (24) months. FLS may extend the period of the Contract on more than one occasion.

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

Annual Asset Valuations

Lot No

3

two.2.2) Additional CPV code(s)

  • 70000000 - Real estate services
  • 70110000 - Development services of real estate
  • 70120000 - Buying and selling of real estate
  • 70300000 - Real estate agency services on a fee or contract basis
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 72224000 - Project management consultancy services
  • 77300000 - Horticultural services

two.2.3) Place of performance

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

National

two.2.4) Description of the procurement

FLS has an ongoing requirement for professional Valuation Services. The specific services pertaining to this Lot, includes:

- To agree valuation methodology annually with FLS staff and auditors.

- To provide compliant valuation report encompassing the valuations below to the nominated FLS Contract Manager and other FLS staff as requested, engaging with FLS staff, undertaking site visits throughout Scotland as required by the agreed methodology and meeting milestones agreed at the beginning each annual valuation.

- Annual Forest and Land Valuations

- The valuation of productive woodland and solum, having regard to management data provided by FLS (growing timber is categorised as a biological asset for agricultural produce per IAS 41). These valuations are currently grouped as a) broadleaves b) confers and c) solum and reported as GBP/ha for each group, separately stated across the 5 FLS Regional areas. (FLS calculates actual values for the Annual Financial Statements by applying the given GBP/ha rate to area figures per FLS end of year data.)

- Site visits to around 20 sample forest blocks across Scotland to check accuracy of forest management data held in FLS systems

- Valuation of remainder of land in line with FLS’ management data. This is grouped according to various land use classifications and the Service Provider will be required to determine the average values (GBP/ha), currently in the following headings: Specialist Crop, Subsidiary Plantable Crop, Subsidiary Unplantable Crop, Agricultural Land and Car Parks.

- Annual Lease Valuations

- The valuation of renewable energy leases for wind, hydro and battery schemes based on data provided by FLS.

- The valuation of a variety of leases for general commercial activities.

- Expressly excluded from this Lot is the valuation of telecommunication masts and mineral leases that are valued by others.

- Annual Building Valuations

- The valuation of a wide range of buildings. The buildings are grouped into five FLS Regional areas. One area will be considered in detail each year, with an indexation applied to the buildings in the other four Regions. The Region being reviewed will be rotated each year, ensuring a full revaluation of every building every five years.

- Site visits and inspections are expected to be carried out as required.

- Providing valuation expertise, advice, support and/or guidance in relation to methodology and values of land, buildings or others associated assets as requested by FLS, their auditors or other parties on behalf of FLS from time to time. This will include attending meetings with FLS staff, auditors and others as relevant.

Facilitating the transition of valuation services to any successor Service Provider, this may include transfer of valuation documents.

Retaining all documents in secure storage for a period of 7 years. (As the valuation is for financial accounting purposes, all documents relating to the contract and its performance may be subject to audit review and must be kept for 7 years.)

two.2.5) Award criteria

Quality criterion - Name: Technical Questionnaire / Weighting: 55

Price - Weighting: 45

two.2.6) Estimated value

Value excluding VAT: £121,000

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

FLS has the option to extend any or all lots for up to twenty-four (24) months. FLS may extend the period of the Contract on more than one occasion.

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

Please refer to "FLS-0030-C Standard Statements" document within the PCS-tender project

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to "FLS-0030-C Terms and Conditions" document within the PCS-tenders project

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

Date

3 February 2023

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

four.2.7) Conditions for opening of tenders

Date

3 February 2023

Local time

12:00pm

Information about authorised persons and opening procedure

FLS Regulated Procurement Officer


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: If no extension periods are enacted, further notices will be published mid 2025.

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

SUB-CONTRACTING: If bidders wish to utilise sub-contractors for the delivery of any part of the contract, a "Sub-Contractor SPD (Scotland)" must be completed by each sub-contractor you wish to use and be submitted by bidders in the indicated section within their own SPD (Scotland) response found within the "Master ITT" in PCS-Tender. Service Providers may add sub-contractors at any time whilst the Contract is live by submitting a completed "Sub-Contractor SPD (Scotland)" to the appropriate FLS Contract Manager for approval. Whilst FLS encourage our prime contractors to offer sub-contracting opportunities through PCS in order to reach a wider number of SMEs, this is not a mandatory condition of this Contract.

SPECIFICATION: Bidders must refer to BOTH "Schedule 1.0 - Specification and Service Levels" AND a Lot specific specification (Schedules 1.1 - 1.10) for each Lot that they wish to bid for. Schedules 1.0 - 1.10 can be found within the "FLS-0030-C Terms and Conditions" document within the PCS-Tenders project.

COMMUNITY BENEFITS: A mandatory, scored, community benefits question has been included for lots 1, 2, 3, 4, 5 & 10 - full guidance and examples can be found within each applicable Lot specific ITT within PCS-Tender, and within the "FLS-0030-C Evaluation and Award Criteria" document within the PCS-Tenders project.

SCORING: Full details of the question scoring methodology for technical questions can be found in the "FLS-0030-C Evaluation and Award Criteria" document within the PCS-Tenders project.

REGULATION 72(1): Bidders should note that although the value for each Lot has been estimated, FLS may modify the Contract, irrespective of the monetary value of those modifications, within the scope permitted under Regulation 72(1) and specifically Regulation 72(1)(a) of The Public Contracts (Scotland) Regulations 2015, should operational reasons require it. Full details can be found within "Schedule 1.0 - Specification and Service Levels".

GUIDANCE FOR BIDDERS: The documents contained within the PCS-T project will guide bidders in completing their bid, however, if bidders require further guidance or assistance, this can be found through the following organisations:

- The Scottish Government Supplier Journey:https://www.supplierjourney.scot/

- The Buyer Help and Guidance on PCS-T here: https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/buyerhelp.html

- 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 22962. 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:

Community Benefits are applicable to Lots 1, 2, 3, 4, 5 & 10 ONLY. Full details can be viewed in the "FLS-0030-C Evaluation and Award Criteria" document contained within PCS-Tender.

(SC Ref:710427)

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.4.3) 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.

Court of Session

Parliament House

Parliament Square

Edinburgh

EH1 1RQ

0131 225 2595

supreme.courts@scotcourts.gov.uk