Back to tenders & grants page
Hylobius Abietis Monitoring System Paper, Wood & Furniture, Agriculture Hylobius Abietis Monitoring System
Receive Tenders like this by email

Hylobius Abietis Monitoring System

Hylobius Abietis Monitoring System has been closed on 18 Mar 2022. It no longer accepts any bids. For further information, you can contact the Forestry and Land Scotland

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

Forestry and Land Scotland

Industry:

Paper, Wood & Furniture

Agriculture

Status:

Closed

Timeline

Published:

14 Feb 2022

Deadline:

18 Mar 2022

Value:

4000000

Contacts

Phone:

+44 3000676000

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB440635

Contract notice

Directive 2014/24/EU - Public Sector Directive

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses

Forestry and Land Scotland

Great Glen House, Leachkin Road

Inverness

IV3 8NW

UK

Telephone: +44 3000676000

E-mail: [email protected]

NUTS: UKM

Internet address(es)

Main address: https://forestryandland.gov.scot

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30371

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Hylobius Abietis Monitoring System

II.1.2) Main CPV code

77231200

 

II.1.3) Type of contract

Services

II.1.4) Short description

Forestry and Land Scotland (FLS) looks after the national forests and land to enhance biodiversity, support tourism and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. A system is required for monitoring Hylobius abietis across FLS sites categorised as immediately post-felled, fallow or undergoing restocking.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

77231200

03440000

77200000

77000000

77231000

77231500

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Forestry and Land Scotland (FLS) looks after the national forests and land to enhance biodiversity, support tourism and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. A system is required for monitoring Hylobius abietis across FLS sites categorised as immediately post-felled, fallow or undergoing restocking.

II.2.5) Award criteria

Criteria below:

Quality criterion: Techncial / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial 24 month period with option to extend by a further 24 months in 12 month intervals

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

The minimum requirements are as per below.


Minimum level(s) of standards required:

In relation to 4B.1.1 bidders are required to have a general turnover of GBP 250,000 per annum for the previous three (3) years.

In relation to 4B.5.1 it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance 5,000,000 GBP

Public Liability Insurance 5,000,000 GBP

Product Liability Insurance 5,000,000 GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria:

The minimum requirements are as per below.


Minimum level(s) of standards required:

In relation to 4C.1.2 bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice and Schedule 2 - Specification.

In relation to 4D.1 the bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR, please refer to procurement documentation for further details.

In relation to 4D.2 he Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

OR, please refer to procurement documentation for further details.

Please note there are minimum requirements concerning Cyber Security for this contract to which a pass/fail marking will attach. Tenderers will be required to complete an online Supplier Assurance Questionnaire using the Cyber Security Procurement Support Tool. A link to CSPST can be found here:

https://cyberassessment.gov.scot/

The questionnaire will be aligned to a Cyber Risk Profile that has been established for the contract, based on the Contracting Authority’s assessment of cyber risk.

For this contract, minimum requirements also include the holding of Cyber Essentials Plus.

Further details will be set out in the procurement documents. A contract condition for this procurement requires the Tenderer to comply with the minimum security requirements.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per procurement documentation.

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 5

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 18/03/2022

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 18/03/2022

Local time: 12:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

12 - 18 months before the end of the framework period

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=680186.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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/framework, they will address Community Benefits.

The Community Benefit proposed for this contract/framework 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:680186)

VI.4) Procedures for review

VI.4.1) Review body

The Inverness Justice Centre

Longman Road

Inverness

IN1 1AH

UK

VI.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.

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

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

UK

VI.5) Date of dispatch of this notice

14/02/2022


Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more