Supply and Delivery of Pesticides to the Forestry Commission
Maximum number of participants to the framework agreement envisaged: 18.
United Kingdom-Edinburgh: Pesticides
2014/S 248-438158
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Forestry Commission
231 Corstorphine Road
For the attention of: Sean Atkins
EH12 7AT Edinburgh
UNITED KINGDOM
E-mail: procurement.services@forestry.gsi.gov.uk
Internet address(es):
General address of the contracting authority: www.forestry.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: Various Locations throughout England and Scotland.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 18
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 800 000 GBP
II.1.5)Short description of the contract or purchase(s)
We intend to award a framework agreement for the supply and delivery of chemicals to sites across England and Scotland. These sites are detailed in Appendix B of the Invitation To Tender document. Please note that there are many sites and number of these sites are in remote locations.
The lots for this framework are detailed below:
Lot No Lot Name
1 Glyphosate Products
2 Other Forestry Herbicide
3 Cycloxydim & adjuvants
4 FSC Highly Hazardous — Propyzamide
5 FSC Highly Hazardous — Others
6 Nursery Herbicides
7 Other Nursery Products
8 Forestry EAMU Herbicides
9 Urea.
II.1.6)Common procurement vocabulary (CPV)
24451000, 24452000, 24453000, 24457000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Secondary suppliers will be appointed for each lot who will supply products when the primary supplier is unable to supply.
Estimated value excluding VAT: 1 800 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Glyphosate Products
1)Short description
Roundup ProBio Glyphosate (360 g/l)
Generic glyphosate Glyphosate (360 g/l)
Ecoplug Max Glyphosate (680 g/l).
2)Common procurement vocabulary (CPV)
24451000, 24453000
3)Quantity or scope
Roundup ProBio Glyphosate (360 g/l) 34,500 litres
Generic glyphosate Glyphosate (360 g/l) 4,500 litres
Ecoplug Max Glyphosate (680 g/l) 22,000 litres.
Lot No: 2Lot title: Other Forestry Herbicide
1)Short description
Asulox Asulam (400 g/l).
2)Common procurement vocabulary (CPV)
24451000, 24453000
3)Quantity or scope
Asulox Asulam (400 g/l) 22,000 litres.
Lot No: 3Lot title: Cycloxydim & adjuvants
1)Short description
Laser Cycloxydim (200g/litre (21 % w/w))
Axiom or generic Forest and forest nursery approved adjuvant compatible with Laser containing > 95 % refined mineral oil
Mixture B NF Mixture B NF (41.0 % w/w alkoxylated alcohols (EAC 1) and 37.0 % w/w alkoxylated alcohols (EAC 2)).
2)Common procurement vocabulary (CPV)
24451000, 24453000
3)Quantity or scope
Laser Cycloxydim (200g/litre (21 % w/w)) 1,600 litres
Axiom or generic Forest and forest nursery approved adjuvant compatible with Laser containing > 95 % refined mineral oil 2,000 litres
Mixture B NF Mixture B NF (41.0 % w/w alkoxylated alcohols (EAC 1) and 37.0 % w/w alkoxylated alcohols (EAC 2)) 3,000 litres.
Lot No: 4Lot title: FSC Highly Hazardous – Propyzamide
1)Short description
Kerb-50W Propyzamide (4 % w/w granular)
Kerb Flo Propyzamide (400g/litre flowable).
2)Common procurement vocabulary (CPV)
24451000, 24453000
3)Quantity or scope
Kerb Flo Propyzamide (400g/litre flowable) 5,500 litres.
Lot No: 5Lot title: FSC Highly Hazardous – Others
1)Short description
One is cypermethrin-based chemicals and the other is Acetamiprid based.
Forester Cypermethrin (100g/litre (10 % w/w))
Gazelle SG Acetamiprid (20 % w/w).
2)Common procurement vocabulary (CPV)
24451000, 24452000, 24453000, 24457000
3)Quantity or scope
Forester Cypermethrin (100g/litre (10 % w/w)) 9,500 litres
Gazelle SG Acetamiprid (20 % w/w) 200 litres.
Lot No: 6Lot title: Nursery Herbicides
1)Short description
Butisan S Metazachlor (500 g/L (43.8 % w/w))
Generic Diquat (200 g/litre (16.7 % w/w) present as 374 g/litre diquat dibromide)
Generic Isoxaben (125 g/litre (12.14 % w/w))
Generic Metamitron (700g/l)
Generic Propaquizafop (100 g/l)
Stomp Aqua Pendimethalin (455 g/litre).
2)Common procurement vocabulary (CPV)
24451000, 24452000, 24453000, 24457000
3)Quantity or scope
Generic Diquat (200 g/litre (16.7 % w/w) present as 374 g/litre diquat dibromide) 700 litres
Generic Chlorothalonil (500 g/litre (40.3 % w/w)) 340 litres
Generic Isoxaben (125 g/litre (12.14 % w/w)) 400 litres
Generic Metamitron (700g/l) 720 litres
Generic Propaquizafop (100 g/l) 90 litres
Stomp Aqua Pendimethalin (455 g/litre) 1305 litres.
Lot No: 7Lot title: Other Nursery Products
1)Short description
Cuprokylt Copper oxychloride (435 g/litre (32.2 % w/w) (equivalent to 256 g/litre copper)
Basamid Dazomet (97 % w/w).
2)Common procurement vocabulary (CPV)
24451000, 24452000, 24453000, 24457000
3)Quantity or scope
Basamid Dazomet (97 % w/w).
Lot No: 8Lot title: Forestry EAMU Herbicides
1)Short description
Napropamide (450 g/litre (41.4 % w/w))
Clopyralid (400g/litre).
2)Common procurement vocabulary (CPV)
24451000, 24453000
3)Quantity or scope
Clopyralid (400g/litre) 480 litres.
Lot No: 9Lot title: Urea
1)Short description
2)Common procurement vocabulary (CPV)
24451000, 24457000
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
Description of particular conditions: All chemicals supplied must have approval under UK pesticides legislation. Products must also have a full on-label or specific off-label approval for forestry and/or forest nursery use.
The supplier must supply the Forestry Commission with the current product label and safety sheet for all products which they tender for.
All chemicals must be packaged in either the original manufacturer’s container with the original label or plain packaging with the original label clearly visible on the outside of the package, and in any case must be compliant with UK pesticides legislation.
III.2.3)Technical capacity
Bidders will be assessed in terms of their capability to source and deliver products in peak periods of high demand as well as their ability to supply and deliver chemicals to all forest locations detailed in Appendix B of the Invitation To Tender document. Their response should detail their product range in relation to the pricing schedule at Part F of the Invitation To Tender document and include details of their business structure, locations of all relevant premises, details of vehicles that are used for delivery and demonstrate how deliveries and stock are managed.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: December 2018.
VI.2)Information about European Union funds
VI.3)Additional information
To access tender documents please use the following link — http://www.forestry.gov.uk/forestry/infd-7nrlsa
3.1 Background Information
The Forestry Commission (FC) uses a range of chemicals for weed control and crop protection across the National Forest Estate. These operations are carried out over a wide range of locations at different periods during the year. The amounts used and locations will vary and will depend on requirements of individual crops and nursery programmes.
3.2 Supplier Ranking
We intend to award a framework agreement with two suppliers per lot to be ranked in order of precedence. The supplier ranked first will be the primary supplier who will receive all orders from the FC. The supplier ranked second will be the reserve supplier who will only be asked to fulfil orders when the primary supplier is not able to do so.
3.3 Specific Requirements
3.3.1 Product Labelling
It is the supplier’s responsibility to ensure that all products supplied throughout the life of the framework have approval under UK pesticides legislation. Products must also have a full on-label or specific off-label approval for forestry and/or forest nursery use. Where the shelf life of a product is known then it must be clearly shown on the container.
The supplier must supply the Forestry Commission with the current product label and safety sheet for all products which they tender for.
All chemicals must be packaged in either the original manufacturer’s container with the original label or plain packaging with the original label clearly visible on the outside of the package, and in any case must be compliant with UK pesticides legislation.
Any changes to products supplied must be notified in writing to the Forestry Commission’s contract manager as soon as is practicable, this will include changes to supplied pesticide container capacity. Any alternative product being offered will require a copy of the product label and manufacturer’s safety data sheet to be submitted for Forestry Commission evaluation and approval.
3.3.2 Ordering and Payment
Orders will be placed by phone or email using a purchase order and paid by invoice. All orders are to be received in a format specified in Appendix A of the Invitation To Tender document (ITT) and with the essential requirements detailed therein — any order not in conformance with these requirements is to be rejected. Payment is not to be accepted by Government Procurement Card. Every individual delivery site will have its corresponding invoicing address specified in the document contained in Appendix B of the ITT.
3.3.3 Delivery
Suppliers will be expected to deliver to central depots and forest blocks throughout the National Forest Estate and on occasion make use of the internal forest road network. Details of all delivery sites are contained in Appendix B of the ITT, this list is not definitive and sites can be added and removed.
Standard delivery shall be within five working days from receipt of order, unless the option of a next day (24 hour) service or a mutually agreed delivery date is requested.
The supplier or any carrier they use must:
— Arrange the delivery location with the local Forestry Commission office not less than 24 hours before the delivery as some of the Forestry Commission storage facilities are remote and unmanned.
— Ensure that goods are delivered to the correct location — failure to do this will result in the goods being uplifted and redelivered to the correct site at no additional cost to the Forestry Commission.
— Ensure that the transport and delivery of all products is undertaken in full compliance with the current legislation and health and safety requirements.
— Advise any ordering location of inability to fulfil an order in full. In such an event the supplier must agree a mutually suitable date for the balance to be delivered.
— All deliveries must be taken into the chemical store by the courier and will only be signed for after this has taken place. Deliveries cannot be left unattended outside stores, or in any building not identified as an approved chemical store.
Please note that deliveries will be rejected by FC staff unless the delivery procedure detailed above is followed.
3.4 Lots
The lots for this framework are detailed below.
Lot No Lot Name Estimated Proportion of Total Framework Value
1 Glyphosate Products 12.50 %
2 Other Forestry Herbicide 13.00 %
3 Cycloxydim & adjuvants 4.25 %
4 FSC Highly Hazardous – Propyzamide 8.00 %
5 FSC Highly Hazardous – Others 15.75 %
6 Nursery Herbicides 4.25 %
7 Other Nursery Products 7.25 %
8 Forestry EAMU Herbicides 2.50 %
9 Urea 32.50 %
Lot No Chemical Name Active Ingredient Name Estimated Volume Over Framework Life
1 Roundup ProBio Glyphosate (360 g/l) 34,500 litres
1 Generic glyphosate Glyphosate (360 g/l) 4,500 litres
1 Ecoplug Max Glyphosate (680 g/l) 22,000 litres
2 Asulox Asulam (400 g/l) 22,000 litres
3 Laser Cycloxydim (200g/litre (21 % w/w)) 1,600 litres
3 Axiom or generic Forest and forest nursery approved adjuvant compatible with Laser containing > 95 % refined mineral oil 2,000 litres
3 Mixture B NF Mixture B NF (41.0 % w/w alkoxylated alcohols (EAC 1) and 37.0 % w/w alkoxylated alcohols (EAC 2)) 3,000 litres
4 Kerb-50W Propyzamide (4 % w/w granular) 6,000 kg *
4 Kerb Flo Propyzamide (400g/litre flowable) 5,500 litres *
5 Forester Cypermethrin (100g/litre (10 % w/w)) 9,500 litres **
5 Gazelle SG Acetamiprid (20 % w/w) 200 litres ***
6 Butisan S Metazachlor (500 g/L (43.8 % w/w)) 630 litres
6 Generic Diquat (200 g/litre (16.7 % w/w) present as 374 g/litre diquat dibromide) 700 litres
6 Generic Chlorothalonil (500 g/litre (40.3 % w/w)) 340 litres
6 Generic Isoxaben (125 g/litre (12.14 % w/w)) 400 litres
6 Generic Metamitron (700g/l) 720 litres
6 Generic Propaquizafop (100 g/l) 90 litres
6 Stomp Aqua Pendimethalin (455 g/litre) 1305 litres
7 Cuprokylt Copper oxychloride (435 g/litre (32.2 % w/w) (equivalent to 256 g/litre copper) 675 litres
7 Basamid Dazomet (97 % w/w) 30,000 kg
8 Devrinol Napropamide (450 g/litre (41.4 % w/w)) 610 litres
8 Dow Shield 400 Clopyralid (400g/litre) 480 litres
9 Urea Urea 37 % w/v pre-dyed with Acid Blue 9 at 0.1 % dye 1,900 tonnes
Products in lots 1, 3 and 8 require full on-label or specific off label approval for both forestry and forest nursery usage.
Products in lots 2, 5 and 9 require full on-label or specific off label approval for forestry usage.
Products in lots 6 and 7 require full on-label or specific off label approval for forest nursery usage.
Propyzamide granules in lot 4 require full on-label or specific off label approval for forestry usage while propyzamide flowable requires full on-label or specific off label approval for both forestry and forest nursery usage.
* Propyzamide products will lose their FSC derogation for use on the FSC-certified NFE on 28th May 2015 – these usage estimates are based on the assumption that the derogation will be extended through to the end of the framework.
** Cypermethrin products are on an extended FSC derogation for use on the FSC-certified NFE until 2017 and may not be available for use beyond this.
*** This figure is based on current usage and may increase as the product is developed further.
Variants of the chemicals named in the table above may be accepted, providing that the proposed variant contains the same active ingredient and has the required full on-label or specific off-label approval for forestry and/or forest nursery use as required.
3.5 Geographical Area
This framework will be used by the Forestry Commission & Forest Research at sites across England and Scotland.
3.6 Special Conditions
Details of the Key Performance Indicators (KPIs) that the FC will use in evaluating supplier performance throughout the framework duration are contained in Appendix C of the ITT.
These KPIs will form part of the regular performance reviews which will be undertaken between the supplier’s contract manager and FC contract manager.
Supplier attention is drawn to the contractual clause that this framework will novate to the successor body or bodies to the Forestry Commission if at any point in the duration of this framework there is a split between Forestry Commission Scotland and Forestry Commission England.
If a new product comes on to the market which would be suitable for use of the National Forest Estate, the Forestry Commission will reserve the right to run a mini-competition for the supply of the product.
3.7 Contract Management Requirements
Management information
Monthly sales data is to be provided by the supplier covering the preceding calendar month and to be sent to the Forestry Commission no later than the 5th working day of the following month. Details of the information that is to be sent are contained in Appendix D of the ITT.
Contract Manager
A dedicated contract manager must be assigned by each supplier to ensure the contract requirements are being met. The supplier’s contract manager will be available to discuss the results of regular performance reviews with the Forestry Commission’s contract manager. The supplier’s contract manager will attend annual review meetings with the Forestry Commission’s contract manager that will cover all aspects of the contract and service provision from both parties. If the need arises, further meetings during the contract period may be arranged to discuss any outstanding problems or issues.
3.8 Sustainability Requirements
Suppliers are encouraged to offer newer formulations and products which may be considered more eco-friendly than current formulations and products.
VI.4.1)Body responsible for appeal procedures
Eric Holmes, Head of Procurement
Silvan House, 231 Corstorphine Road
EH12 7AT Edinburgh
UNITED KINGDOM
E-mail: procurement.services@forestry.gsi.gov.uk
VI.4.3)Service from which information about the lodging of appeals may be obtained
Chartered Institute of Arbitrators
12 Bloomsbury Square
WC1A 2LP London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: