Forestry Commission National Fencing Framework
This encompasses erection, dismantling, repairs, emergency repairs and fence surveys. 13 Lots.
United Kingdom-Edinburgh: Erection of fencing
2018/S 242-552919
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Silvan House, 231 Corstorphine Road
Edinburgh
EH12 7AT
United Kingdom
Telephone: +44 3000675000
E-mail: procurement.scotland@forestry.gsi.gov.uk
NUTS code: UKM
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11322
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
National Fencing Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
FC has a requirement for fencing work. This encompasses erection, dismantling, repairs, emergency repairs and fence surveys.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
North Highland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires fencing works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 12-month extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Inverness Ross and Skye
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires a variety of fencing work.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 12-month extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Durris, Bennachie and East Aberdeenshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires a variety of fencing works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 12-month extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Moray and West Aberdeenshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires a variety of fencing works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 12-month extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
West Argyll
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires a variety of fencing works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 12-month extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lochaber
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires a variety of fencing works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 12-month extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Galloway
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires a variety of fencing works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 12-month extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Isle of Arran
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires a variety of fencing works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 12-month extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Dumfries West
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires a variety of fencing works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 12-month extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Dumfries East
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires a variety of fencing works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 12-month extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Cowal
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires a variety of fencing works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 12-month extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Trossachs
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires a variety of fencing works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 12-month extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Scottish Lowland Forest District
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires a variety of fencing works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Tay Forest District
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
FC requires a variety of fencing works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of 12-month extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
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 = not less than 5 000 000 GBP for any one incident and unlimited in total.
Please note it is a legal requirement that all bidders hold a minimum of 5 000 000 GBP employers (compulsory) liability insurance except those companies which are exempt in specific circumstances. For further guidance see:
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The FC reserves the right to vary the number of suppliers awarded onto each lot where appropriate. The number stated, 6, is on a per lot basis, and reflects the average number of suppliers we intend to award to. Each of the 14 lots may have between 4 and 8 different suppliers.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 10263. 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:
As per the community benefits rationale.
The nature and lotting structure of the framework means that we cannot guarantee the volumes of work to any single supplier that would be required to justify a sub-contract clause.
The contracting authority does not intend to include any community benefit requirements in this contract for the following reason:
The opportunity is for a multi-supplier framework. Further to this, the overall value, although in total over 4 000 000 GBP, is divided between 14 lots. Therefore, we are unable to guarantee a particular volume of work to any one supplier. On this basis, we feel it is inappropriate to expect contractors to commit to delivering community benefits.
(SC Ref: 555438.)
VI.4.1)Review body
Silvan House, 231 Corstorphine Road
Edinburgh
EH12 7AT
United Kingdom
Telephone: +44 3000675000Internet address: http://www.forestry.gov.uk
VI.5)Date of dispatch of this notice: