Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Forestry Commission Scotland
Forest Enterprise Scotland Head Office, 1 Highlander Way
For the attention of: Kim Leech
Inverness
UNITED KINGDOM
Telephone: +44 1463232811
E-mail: kim.leech@forestry.gsi.gov.uk
Internet address(es):
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11322
Further information can be obtained from: Forestry Commission Scotland
Forest Enterprise Scotland Head Office, 1 Highlander Way
For the attention of: Kim Leech
Inverness
UNITED KINGDOM
Telephone: +44 1463232811
E-mail: kim.leech@forestry.gsi.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Forestry Commission Scotland
Forest Enterprise Scotland Head Office, 1 Highlander Way
For the attention of: Kim Leech
Inverness
UNITED KINGDOM
Telephone: +44 1463232811
E-mail: kim.leech@forestry.gsi.gov.uk
Tenders or requests to participate must be sent to: Forestry Commission Scotland
Forest Enterprise Scotland Head Office, 1 Highlander Way
For the attention of: Kim Leech
Inverness
UNITED KINGDOM
Telephone: +44 1463232811
E-mail: kim.leech@forestry.gsi.gov.uk
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: Forestry
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Geotechnical appraisals and assessments.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Scotland wide.
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
We are looking to award a contract for slope stability geotechnical professional services – NEC3 PSC, for the appraisal and assessment of unstable slopes located on the National Forest Estate (NFE).
The main objectives are to:
Identify and record areas of potential landslip on the NFE.
Ground-truth each site at potential risk.
Provide prudent and appropriate advice through control measures to engineers, managers and forest planners tailored to the level of percieved risk.
The winning provider is expected to:
For some sites conduct appraisals only.
— Complete appraisal form supplied by FCS by site inspection,
— Undertake site visits to conduct appraisals.
Other sites may require appraisals and assessments.
— Complete appraisal form supplied by FCS by sites inspection,
— Undertake site visits to conduct appraisals & assessments,
— Produce reports based on site assessments,
— Ground truth sites,
— Assess hazards and risk,
— Produce maps illustrating levels of hazard by zones,
— Supply data in a format that is compatible with FCS GIS systems,
— Provide recommendations for mitigating risk (excluding silvicultural solutions) and associated costs appropriate to that level of risk,
— Liaise with key FCS staff & stakeholders as required.
Assessments only.
— Undertake site visits to conduct assessments,
— Produce reports based on site assessments by inspection,
— Ground truth sites,
— Assess hazards and risk,
— Produce maps illustrating levels of hazard by zones,
— Supply data in a format that is compatible with FCS GIS systems,
— Provide recommendations for mitigating risk (excluding silvicultural solutions) and associated costs appropriate to that level of risk,
— Liaise with key FCS staff & stakeholders as required.
Forestry Commission Scotland (FCS) will be the owner of any data produced and supplied by the supplier to FCS that is associated with the maps that accompany the Assessments. Data must be supplied in a format that is compatible with FCS GIS systems (ESRI Arc10.0Desktop (service pack 2).
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The estimated value for the opportunity is in the region of 480 000 GBP.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 34 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
All minimum requirements are detailed in the ITT documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Delivery payment.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
All minimum requirements are detailed in the ITT documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: All requirements are detailed in the ITT documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All requirements are detailed in the ITT documentation.
Minimum level(s) of standards possibly required: All requirements are detailed in the ITT documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
All requirements are detailed in the ITT documentation.
Minimum level(s) of standards possibly required:
All requirements are detailed in the ITT documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CC580/Slope
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 20.4.2012
IV.3.4)Time limit for receipt of tenders or requests to participate
25.4.2012 – 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(SC Ref:221768).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: FCS will incorporate the minimum standstill period required through Public Contracts Scotland 2006 Regulations (as amended) to allow for appeals to be lodged against any award decision made following the tender process.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.2.2012