Supply and Install Deer Fencing for Foresty Commission
Supply, Installation and Removal of Deer Fencing in Moray and Aberdeenshire.
United Kingdom-Edinburgh: Wire-mesh fencing
2016/S 158-286234
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
Contact person: Beverley Davenport
Telephone: +44 3000676038
E-mail: beverley.davenport@forestry.gsi.gov.uk
NUTS code: UKM
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Supply, Installation and Removal of Deer Fencing in Moray and Aberdeenshire.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Suppliers will be required to supply, install and (in some instances), remove — deer fencing at any Forestry Commission site within Moray & Aberdeenshire Forest district.(see maps envelope of this ITT).
This requirement covers the whole of Moray and Aberdeenshire which has divided into 3 lots — Moray West, Huntly Area and Durrus & South Area
For work which is required between October 2016 and March 2017 the intention is to direct award the requirements within the District to the top ranking Supplier in each lot. For work which is required April 2017 to March 2018 requirements the intention is to award by mini competition. The supplier with the best overall submission for each mini comp based quality / price ratio of 60/40 will be awarded the work
Area 1 — Moray West (2016/17) 1 350 m (2017/18) 7 800 m.
Area 2 — Huntly Area (2016/17) 3 500 m (2017/18) 8 750 m.
Area 3 — Durrus & South (2016/17) 1 650 m (2017/18) 3 250 m.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Area 1 — Moray West
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Moray & Aberdeenshire This framework agreement will be split into 3 lots. Suppliers can apply for 1 or more lots.
II.2.4)Description of the procurement:
In order to prevent damage to planted trees by deer and other grazing mammals the Forestry Commission require to put in place an 18 month Framework Agreement for the supply and installation of deer fencing for Moray & Aberdeenshire Forest district.
This framework agreement will be split into 3 lots covering the 3 different Forest Management (FM) beat areas. Suppliers can apply for 1 or more lots.
For work which is required between October 2016 and March 2017 the intention is to direct award the requirements within the District to the top ranking Supplier in each lot. For work which is required April 2017 to March 2018 requirements the intention is to award by mini competition. The supplier with the best overall submission for each mini comp based quality / price ratio of 60/40 will be awarded the work
Area 1 — Moray West (2016/2017) 1 350 m (2017/2018) 7 800 m
Suppliers must adhere to the Forestry Commission Technical guide for Forest Fencing Available from the Forestry Commission Web site —http://www.forestry.gov.uk/pdf/fctg002.pdf/$FILE/fctg002.pdf (where British Standards or UK quality standards are referenced suppliers should note that equivalent standards will be acceptable).
All Materials provided by the Supplier will be new.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
II.2.1)Title:
Area 2- Huntly area
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Moray and Aberdeenshire.
II.2.4)Description of the procurement:
In order to prevent damage to planted trees by deer and other grazing mammals the Forestry Commission require to put in place an 18 month Framework Agreement for the supply and installation of deer fencing for Moray & Aberdeenshire Forest district.
This framework agreement will be split into 3 lots covering the 3 different Forest Management (FM) beat areas. Suppliers can apply for one or more lots.
For work which is required between October 2016 and March 2017 the intention is to direct award the requirements within the District to the top ranking Supplier in each lot. For work which is required April 2017 to March 2018 requirements the intention is to award by mini competition. The supplier with the best overall submission for each mini comp based quality / price ratio of 60/40 will be awarded the work
Area 2 — Huntly Area (2016/17) 3 500 m (2017/18) 8 750 m
Suppliers must adhere to the Forestry Commission Technical guide for Forest Fencing Available from the Forestry Commission Web site —http://www.forestry.gov.uk/pdf/fctg002.pdf/$FILE/fctg002.pdf (where British Standards or UK quality standards are referenced suppliers should note that equivalent standards will be acceptable).
All Materials provided by the Supplier will be new.
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.2.14)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.
II.2.1)Title:
Area 3 Durrus & South
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Moray & Aberdeenshire Forest district as detail in the specification document.
II.2.4)Description of the procurement:
In order to prevent damage to planted trees by deer and other grazing mammals the Forestry Commission require to put in place an 18 month Framework Agreement for the supply and installation of deer fencing for Moray & Aberdeenshire Forest district.
This framework agreement will be split into 3 lots covering the 3 different Forest Management (FM) beat areas. Suppliers can apply for 1 or more lots.
For work which is required between October 2016 and March 2017 the intention is to direct award the requirements within the District to the top ranking Supplier in each lot. For work which is required April 2017 to March 2018 requirements the intention is to award by mini competition. The supplier with the best overall submission for each mini comp based quality / price ratio of 60/40 will be awarded the work
Area 3 — Durrus & South (2016/17) 1 650 m (2017/18) 3 250 m
Suppliers must adhere to the Forestry Commission Technical guide for Forest Fencing Available from the Forestry Commission Web site —http://www.forestry.gov.uk/pdf/fctg002.pdf/$FILE/fctg002.pdf (where British Standards or UK quality standards are referenced suppliers should note that equivalent standards will be acceptable).
All Materials provided by the Supplier will be new.
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.2.14)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 III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Statement for ESPD 4B.5.1, 4B.5.2, 4B.5.3.
It is a requirement of the Contract that bidders hold, or can commit to obtain prior to the commencement 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
III.1.3)Technical and professional ability
Statement for ESPD 4C.1.2
Bidders will be required to provide examples which demonstrate that they have the relevant experience to deliver the Services/Supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
Statement for ESPD 4C.4;
Bidders will be required to confirm that they have (or have access to) the relevant Supply Chain management and tracking systems used by them to deliver the types
of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site notice
Statement for ESPD 4C.7;
Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:
All timber and wood- derived products for supply or use in in performance of the contract must be independently verifiable and come from:
1. a legal source; and
2. a sustainable source.
Statement for ESPD 4C.8.1:
Bidders will be required to confirm their average annual manpower for the last 3 years.
Statement for ESPD 4C.8.2
Bidders will be required to confirm their and the number of managerial staff for the last 3 years.
Statement for ESPD 4C.9:
Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice.
Statement for ESPD 4C.10;
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
III.2.3)Information about staff responsible for the performance of the contract
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
April 2018.
VI.2)Information about electronic workflows
VI.3)Additional information:
Should any question within the ESPD be subject to pass/fail scoring be scored ‘fail’ the entire bid shall be set aside and shall take no further part in the competition.
Question Scoring Methodology for Award Criteria outlined in Invitation to Tender
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.
Note; the buyer is using PCS-Tender to carry out this procurement process. Please note that this is a separate website and if you are not already registered, registration will be required (see your ‘Supplier Control panel’ to enable single sign-on between PCS and PCS-T)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 6508. For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:457944).
VI.4.1)Review body
Silvan House, 231 Corstorphine Road
Edinburgh
EH12 7AT
United Kingdom
Telephone: +44 3000676038
E-mail: procurement.scotland@forestry.gsi.gov.ukInternet address:http://scotland.forestry.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Supply and Installation of Timber Fencing
Framework for Forest Management Operations in South England
Supply and Installation of Fencing