Tender

Mechanised Ground Preparation Framework Agreement

  • Forestry and Land Scotland

F02: Contract notice

Notice identifier: 2024/S 000-039418

Procurement identifier (OCID): ocds-h6vhtk-045955

Published 6 December 2024, 12:25pm



The closing date and time has been changed to:

10 February 2025, 12:00pm

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

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

https://forestryandland.gov.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30371

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Mechanised Ground Preparation Framework Agreement

Reference number

FLS-140-F

two.1.2) Main CPV code

  • 77300000 - Horticultural services

two.1.3) Type of contract

Services

two.1.4) Short description

Forestry and Land Scotland (FLS) has a requirement to establish a framework agreement with external Contractors for the provision of Mechanised Ground Preparation services across Scotland's National Forests and Land (SNFL).

FLS requires the services on various sites following the completion of harvesting operations and on woodland creation sites where ground needs to be prepared for forest establishment.

FLS has existing contracts in place for the provision of these services. These existing contracts are FLS's primary route for the provision of the services across SNFL.

The framework agreement will provide a compliant route to market for FLS to procure services which are unable to be provided through existing contracts or to replace contracts which have terminated or expired.

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

Mechanised Ground Preparation - South

Lot No

2

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for the provision of services in South region.

The services under the scope of this lot are categorised into two types: Essential and Optional.

Tenderers on this lot must be able to provide all Essential services for the lot.

Tenderers are not required to be able to provide the Optional Services in the lot. However, FLS may procure Optional Services under the lot.

The Essential Services for this Lot are as follows:

Trench Mounding

Inverted Mounding

Hinge Mounding

V-Drains

V-Drains with Flat Tops

High/Low Spec Access Tracks

Excavator

The Optional Services for this lot are as follows:

Brash Rake & Windrowing

Linear and Patch Scrape/Screef

Shallow Trench/Trenchless/Forward Mounding/Borrow Pitting

Ripping/Subsoiling

Mechanical Respacing

Mulching – Excavator Head

Mulching – Skid Steer

Continuous Mounding

Base Machine with Grab

two.2.5) Award criteria

Quality criterion - Name: Quality/Methodology / Weighting: 20

Quality criterion - Name: Safety and Environmental Management / Weighting: 20

Quality criterion - Name: Site Documentation / Weighting: 10

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £10,500,000

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

Duration in months

48

This contract is subject to renewal

No

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

Mechanised Ground Preparation - Central

Lot No

3

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for the provision of services in Central region.

The services under the scope of this lot are categorised into two types: Essential and Optional.

Tenderers on this lot must be able to provide all Essential services for the lot.

Tenderers are not required to be able to provide the Optional Services in the lot. However, FLS may procure Optional Services under the lot.

The Essential Services for this Lot are as follows:

Trench Mounding

Inverted Mounding

Hinge Mounding

V-Drains

V-Drains with Flat Tops

High/Low Spec Access Tracks

Excavator

The Optional Services for this lot are as follows:

Brash Rake & Windrowing

Linear and Patch Scrape/Screef

Shallow Trench/Trenchless/Forward Mounding/Borrow Pitting

Ripping/Subsoiling

Mechanical Respacing

Mulching – Excavator Head

Mulching – Skid Steer

Continuous Mounding

Base Machine with Grab

two.2.5) Award criteria

Quality criterion - Name: Quality/Methodology / Weighting: 20

Quality criterion - Name: Safety and Environmental Management / Weighting: 20

Quality criterion - Name: Site Documentation / Weighting: 10

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £5,010,000

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

Duration in months

48

This contract is subject to renewal

No

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

Mechanised Ground Preparation - East

Lot No

4

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for the provision of services in East region.

The services under the scope of this lot are categorised into two types: Essential and Optional.

Tenderers on this lot must be able to provide all Essential services for the lot.

Tenderers are not required to be able to provide the Optional Services in the lot. However, FLS may procure Optional Services under the lot.

The Essential Services for this Lot are as follows:

Trench Mounding

Inverted Mounding

Hinge Mounding

V-Drains

V-Drains with Flat Tops

High/Low Spec Access Tracks

Excavator

The Optional Services for this lot are as follows:

Brash Rake & Windrowing

Linear and Patch Scrape/Screef

Shallow Trench/Trenchless/Forward Mounding/Borrow Pitting

Ripping/Subsoiling

Mechanical Respacing

Mulching – Excavator Head

Mulching – Skid Steer

Continuous Mounding

Base Machine with Grab

two.2.5) Award criteria

Quality criterion - Name: Quality/Methodology / Weighting: 20

Quality criterion - Name: Safety and Environmental Management / Weighting: 20

Quality criterion - Name: Site Documentation / Weighting: 10

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £7,060,000

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

Duration in months

48

This contract is subject to renewal

No

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

Mechanised Ground Preparation - West

Lot No

5

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for the provision of services in West region.

The services under the scope of this lot are categorised into two types: Essential and Optional.

Tenderers on this lot must be able to provide all Essential services for the lot.

Tenderers are not required to be able to provide the Optional Services in the lot. However, FLS may procure Optional Services under the lot.

The Essential Services for this Lot are as follows:

Trench Mounding

Inverted Mounding

Hinge Mounding

V-Drains

V-Drains with Flat Tops

High/Low Spec Access Tracks

Excavator

The Optional Services for this lot are as follows:

Brash Rake & Windrowing

Linear and Patch Scrape/Screef

Shallow Trench/Trenchless/Forward Mounding/Borrow Pitting

Ripping/Subsoiling

Mechanical Respacing

Mulching – Excavator Head

Mulching – Skid Steer

Continuous Mounding

Base Machine with Grab

FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for the provision of services in West region.

two.2.5) Award criteria

Quality criterion - Name: Quality/Methodology / Weighting: 20

Quality criterion - Name: Safety and Environmental Management / Weighting: 20

Quality criterion - Name: Site Documentation / Weighting: 10

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £6,600,000

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

Duration in months

48

This contract is subject to renewal

No

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

Disc Scarification - National

Lot No

6

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for Disc Scarification services across all regions of Scotland's National Forests and Land.

The services under the scope of this lot are categorised into two types: Essential and Optional.

Tenderers on this lot must be able to provide all Essential services for the lot.

Tenderers are not required to be able to provide the Optional Services in the lot. However, FLS may procure Optional Services under the lot.

The Essential Services for this Lot are as follows:

Disc Scarification

Base Machine with Grab

The Optional Services for this lot are as follows:

Continuous Mounding

two.2.5) Award criteria

Quality criterion - Name: Quality/Methodology / Weighting: 20

Quality criterion - Name: Safety and Environmental Management / Weighting: 20

Quality criterion - Name: Site Documentation / Weighting: 10

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £2,200,000

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

Duration in months

48

This contract is subject to renewal

No

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

Mechanised Ground Preparation - North

Lot No

1

two.2.2) Additional CPV code(s)

  • 77200000 - Forestry services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for the provision of services in North region.

The services under the scope of this lot are categorised into two types: Essential and Optional.

Tenderers on this lot must be able to provide all Essential services for the lot.

Tenderers are not required to be able to provide the Optional Services in the lot. However, FLS may procure Optional Services under the lot.

The Essential Services for this Lot are as follows:

Trench Mounding

Inverted Mounding

Hinge Mounding

V-Drains

V-Drains with Flat Tops

High/Low Spec Access Tracks

Excavator

The Optional Services for this lot are as follows:

Brash Rake & Windrowing

Linear and Patch Scrape/Screef

Shallow Trench/Trenchless/Forward Mounding/Borrow Pitting

Ripping/Subsoiling

Mechanical Respacing

Mulching – Excavator Head

Mulching – Skid Steer

Continuous Mounding

Base Machine with Grab

two.2.5) Award criteria

Quality criterion - Name: Quality/Methodology / Weighting: 20

Quality criterion - Name: Safety and Envrionmental Management / Weighting: 20

Quality criterion - Name: Site Documentation / Weighting: 10

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £10,200,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B.5 - Levels of Insurance

Minimum level(s) of standards possibly required

4B.5 - Levels of Insurance

The tenderer must hold, or can commit to obtain prior to the commencement of the Framework Agreement, the types and levels of insurance indicated below:

- Employer’s (Compulsory) Liability Insurance = 5 million GBP

- Public Liability Insurance = not less than 5 million GBP for any one occurrence and unlimited in total

Please note, it is a legal requirement that all Tenderers hold a minimum of 5 million GBP Employers (Compulsory) Liability Insurance except those companies which are exempt in specific circumstances. For further guidance see:

http://www.hse.gov.uk/pubns/hse40.pdf

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.6 - Qualifications

4C.9 - Tools, Plant, Equipment

4C.10 - Subcontracting

4D.1 - Health & Safety

4D.2 - Environmental Management

Minimum level(s) of standards possibly required

4C.6 - Qualifications

Required for Lots 1-5 only (or equivalents):

FMOCS (Forest Machine Operator Certification Scheme) Units

- Level 2 Award in Forest Machine Operations - Base Machine (C&G No. 0020-30)

- Level 2 Award in Forest Machine Operations - Drainage/Mounder (C&G No. 0020-32)

Required for Lot 6 only (or equivalents):

FMOCS (Forest Machine Operator Certification Scheme) Units

- Level 2 Award in Forest Machine Operations - Scarifier (C&G No. 0020-35)

- Award in Forest Machine Operations - Base Machine with Scarifier (C&G No. 0020-50)

Required for all Lots:

- Emergency First Aid at Work +F (EFAW+F)

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

---

4C.9 - Tools, Plant, Equipment

Tenderers are required to confirm they have (or have access to) the following relevant tools, plant, technical equipment, and systems to deliver the services in the lots they are tendering for.

Required for Lots 1-5 only:

Machines

-Excavator

Required for all Lots:

Equipment

-Bunded tanks

-Pollution control kits

-Buckets

Welfare facilities

-Washing, toilet, rest and changing facilities

-Clean facility to eat and drink during breaks.

---

4C.10 - Subcontracting

Tenderers must confirm whether they intend to subcontract, and if so, for what proportion of each lot.

---

4D.1 - Health & Safety

Criteria outlined in Annex B of the "FLS-140-F - Invitation to Tender" attachment on PCS-T.

---

4D.2 - Environmental Management

Criteria outlined in Annex B of the "FLS-140-F - Invitation to Tender" attachment on PCS-T.

three.2) Conditions related to the contract

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 15

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 000-015222

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

Originally published as:

Date

27 January 2025

Local time

12:00pm

Changed to:

Date

10 February 2025

Local time

12:00pm

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

Tender must be valid until: 27 May 2025

four.2.7) Conditions for opening of tenders

Date

27 January 2025

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: 06/12/2028

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.

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 tenderer that receives a score of less than 2 on one or more Scored Technical Question or Fail on one or more a Pass/Fail Technical Question may be excluded from the tender. Any Tenderer excluded on these grounds will not have their commercial submission evaluated.

Any tenderer that receives a total technical score below 50% out of 100% will be excluded from the tender. Any Tenderer excluded on these grounds will not have their commercial submission evaluated.

---

Although the total value of the Framework Agreement has been estimated at 41,570,000.00 GBP (ex. VAT), the Authority may modify the Framework Agreement, 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.

Example reasons for variance in actual requirements are provided in the "FLS-140-F - Framework Agreement" attachment in the project on PCS-T.

---

The Supplier Development Programme (SDP) is available to assist suppliers with public procurement including training events: https://www.sdpscotland.co.uk/

The Scottish Government Supplier Journey: www.supplierjourney.scot

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27435. 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:

The use of sub-contractors will apply to requirements tendered through the framework agreement; however, the Sub-Contract Clause will not be used. Most of the supply base are micro businesses, and the application of the Sub-Contract Clause may deter contractors from bidding for requirements.

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:

Contractors may be required to deliver community benefits which are proportionate to the value of services awarded through under the Framework Agreement on an annual basis.

Community benefits which may be delivered under the framework agreement include:

- Engagement with a school/college/university

- Engagement with a local community

- Use of local sub-contractors

- Work placements and/or trainee placements

- Vocational Training to Upskill the Workforce

- Targeted Recruitment

- Apprenticeships

(SC Ref:775715)

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.

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