loading
  • GB-EH12 7AT Edinburgh
  • 25.07.2017
  • Ausschreibung
  • (ID 2-269248)

Deer Management — Tay and Galloway Forest Districts.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 25.07.2017, 13:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Landschaft und Freiraum
    Art der Leistung Umweltverträglichkeitsstudie / Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    The Forestry Commission core purpose is to deliver multiple benefits by promoting the sustainable management of trees, woods and forests for the economy, for people and for the environment.
    Our aim is to manage deer density cost-effectively and humanely at a level which is consistent with acceptable impacts on forests and other habitats.
    The Forestry Commission have recently published the following document online which provides a full picture of the Forestry Commission approach to deer management and all contractors should be fully aware of the content of the this document which can be found here — http://scotland.forestry.gov.uk/images/corporate/pdf/deer-management-on-scotlands-national-forest-estate.pdf
    In order to meet these requirements the Forestry Commission require to put in place a number of contracts for deer culling services.
    Leistungsumfang
    The Forestry Commission core purpose is to deliver multiple benefits by promoting the sustainable management of trees, woods and forests for the economy, for people and for the environment.
    Our aim is to manage deer density cost-effectively and humanely at a level which is consistent with acceptable impacts on forests and other habitats.
    The Forestry Commission have recently published the following document online which provides a full picture of the Forestry Commission approach to deer management and all contractors should be fully aware of the content of the this document which can be found here — http://scotland.forestry.gov.uk/images/corporate/pdf/deer-management-on-scotlands-national-forest-estate.pdf
    In order to meet these requirements the Forestry Commission require to put in place a contract for deer culling services covering a range of areas within Galloway Forest District.
    Adresse des Bauherren UK-EH12 7AT Edinburgh
    TED Dokumenten-Nr. 239983-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Edinburgh: Environmental protection

      2017/S 119-239983

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Forestry Commission
      Silvan House, 231 Corstorphine Road
      Edinburgh
      EH12 7AT
      United Kingdom
      Telephone: +44 3000675000
      E-mail: MjEyZGZjV2lmWWFZYmgiZ1djaGBVYlg0WmNmWWdoZm0iW2ddIltjaiJpXw==
      Fax: +44 1313164896
      NUTS code: UKM

      Internet address(es):

      Main address: http://scotland.forestry.gov.uk/

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11322

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
      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:

       

      Deer Management — Tay and Galloway Forest Districts.

       

      II.1.2)Main CPV code
      90720000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Forestry Commission core purpose is to deliver multiple benefits by promoting the sustainable management of trees, woods and forests for the economy, for people and for the environment.

      Our aim is to manage deer density cost-effectively and humanely at a level which is consistent with acceptable impacts on forests and other habitats.

      The Forestry Commission have recently published the following document online which provides a full picture of the Forestry Commission approach to deer management and all contractors should be fully aware of the content of the this document which can be found here — http://scotland.forestry.gov.uk/images/corporate/pdf/deer-management-on-scotlands-national-forest-estate.pdf

      In order to meet these requirements the Forestry Commission require to put in place a number of contracts for deer culling services.

       

      II.1.5)Estimated total value
      Value excluding VAT: 552 500.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for maximum number of lots: 2
      Maximum number of lots that may be awarded to one tenderer: 1
      II.2)Description
      II.2.1)Title:

       

      TAY 3

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      90720000
      II.2.3)Place of performance
      NUTS code: UKM
      NUTS code: UKM2
      Main site or place of performance:

       

      Various sites across Tay Forest District as detailed within the Invitation to Tender documentation.

       

      II.2.4)Description of the procurement:

       

      The Forestry Commission core purpose is to deliver multiple benefits by promoting the sustainable management of trees, woods and forests for the economy, for people and for the environment.

      Our aim is to manage deer density cost-effectively and humanely at a level which is consistent with acceptable impacts on forests and other habitats.

      The Forestry Commission have recently published the following document online which provides a full picture of the Forestry Commission approach to deer management and all contractors should be fully aware of the content of the this document which can be found here — http://scotland.forestry.gov.uk/images/corporate/pdf/deer-management-on-scotlands-national-forest-estate.pdf

      In order to meet these requirements the Forestry Commission require to put in place a contract for deer culling services covering a range of areas within Tay Forest District.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 75
      Price - Weighting: 25
      II.2.6)Estimated value
      Value excluding VAT: 88 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      Two further annual extensions at the sole discretion of the Forestry Commission.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      TAY 2

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      90720000
      II.2.3)Place of performance
      NUTS code: UKM
      NUTS code: UKM2
      Main site or place of performance:

       

      Various sites across Tay Forest District as detailed within the Invitation to Tender documentation.

       

      II.2.4)Description of the procurement:

       

      The Forestry Commission core purpose is to deliver multiple benefits by promoting the sustainable management of trees, woods and forests for the economy, for people and for the environment.

      Our aim is to manage deer density cost-effectively and humanely at a level which is consistent with acceptable impacts on forests and other habitats.

      The Forestry Commission have recently published the following document online which provides a full picture of the Forestry Commission approach to deer management and all contractors should be fully aware of the content of the this document which can be found here — http://scotland.forestry.gov.uk/images/corporate/pdf/deer-management-on-scotlands-national-forest-estate.pdf

      In order to meet these requirements the Forestry Commission require to put in place a contract for deer culling services covering a range of areas within Tay Forest District.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 75
      Price - Weighting: 25
      II.2.6)Estimated value
      Value excluding VAT: 200 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      Two further annual extensions at the sole discretion of the Forestry Commission.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      TAY 1

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      90720000
      II.2.3)Place of performance
      NUTS code: UKM
      NUTS code: UKM2
      Main site or place of performance:

       

      Various sites across Tay Forest District as detailed within the Invitation to Tender documentation.

       

      II.2.4)Description of the procurement:

       

      The Forestry Commission core purpose is to deliver multiple benefits by promoting the sustainable management of trees, woods and forests for the economy, for people and for the environment.

      Our aim is to manage deer density cost-effectively and humanely at a level which is consistent with acceptable impacts on forests and other habitats.

      The Forestry Commission have recently published the following document online which provides a full picture of the Forestry Commission approach to deer management and all contractors should be fully aware of the content of the this document which can be found here — http://scotland.forestry.gov.uk/images/corporate/pdf/deer-management-on-scotlands-national-forest-estate.pdf

      In order to meet these requirements the Forestry Commission require to put in place a contract for deer culling services covering a range of areas within Tay Forest District.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 75
      Price - Weighting: 25
      II.2.6)Estimated value
      Value excluding VAT: 160 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      Two further annual extensions at the sole discretion of the Forestry Commission.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Galloway

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      90720000
      II.2.3)Place of performance
      NUTS code: UKM
      NUTS code: UKM32
      Main site or place of performance:

       

      Various sites across Galloway Forest District as detailed within the Invitation to Tender documentation.

       

      II.2.4)Description of the procurement:

       

      The Forestry Commission core purpose is to deliver multiple benefits by promoting the sustainable management of trees, woods and forests for the economy, for people and for the environment.

      Our aim is to manage deer density cost-effectively and humanely at a level which is consistent with acceptable impacts on forests and other habitats.

      The Forestry Commission have recently published the following document online which provides a full picture of the Forestry Commission approach to deer management and all contractors should be fully aware of the content of the this document which can be found here — http://scotland.forestry.gov.uk/images/corporate/pdf/deer-management-on-scotlands-national-forest-estate.pdf

      In order to meet these requirements the Forestry Commission require to put in place a contract for deer culling services covering a range of areas within Galloway Forest District.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 75
      Price - Weighting: 25
      II.2.6)Estimated value
      Value excluding VAT: 104 500.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      Two further annual extensions at the sole discretion of the Forestry Commission.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      Statement for ESPD 4A.2, 4A.2.1, 4A.2.2, and 4A.2.3:

      Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

      Bidders must confirm if they hold the particular authorisation or memberships.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      Statement for ESPD 4B.5.1, 4B.5.2, and 4B.5.3:

      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 = 5000000GBP

      Public Liability Insurance = 5000000GBP

      http://www.hse.gov.uk/pubns/hse40.pdf

       

      Minimum level(s) of standards possibly required:

       

      Employer's (Compulsory) Liability Insurance = 5000000GBP

      Public Liability Insurance = 5000000GBP

      http://www.hse.gov.uk/pubns/hse40.pdf

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      Due to the character limits in the OJEU notice the standard statements for the ESPD Selection Criteria (PCST Qualification Envelope) Technical and Professional Ability are available from the document titled ‘ESPD Standard Statements — Deer Management’ which can be found within the Bidders Attachments area of PCST.

       

      Minimum level(s) of standards possibly required:

       

      Due to the character limits in the OJEU notice the standard statements for the ESPD Selection Criteria (PCST Qualification Envelope) Technical and Professional Ability are available from the document titled ‘ESPD Standard Statements — Deer Management’ which can be found within the Bidders Attachments area of PCST.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      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
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 25/07/2017
      Local time: 13:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      IV.2.7)Conditions for opening of tenders
      Date: 25/07/2017
      Local time: 13:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      March 2021.

       

      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      Electronic payment will be used
      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 therequirement 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 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 8496. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

      A summary of the expected community benefits has been provided as follows:

      Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

      A summary of the expected community benefits has been provided as follows:

      Within the ‘Workforce Matters’ Award Criteria question we will be requesting information on:

      How the supplier improves the wider diversity of their staff; and

      How they provide skills and training, and opportunities to use skills which help staff fulfil their potential.

      In breaking the requirement down into a number of lots, and limiting the number of Lots available to the same supplier, we are increasing contracting opportunities for Micro and SME suppliers.

      There is a requirement for suppliers, their staff, and any sub-contractors to comply at all times with all Forestry Commission Guidelines, Environmental Law and any other regulation affecting the conduct of the supplier's business.

      There are minimum requirements in relation to pollution control kits and pollution control processes.

      There are minimum requirements in place in relation to Historic Environment and Conservation issues.

      We are also asking suppliers how they will minimise negative environmental impacts through vehiclemovements and/or associated emissions and impacts on protected areas (i.e. archaeological sites, and siteswhere nesting animals are present).

      (SC Ref:499059).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Forestry Commission
      Silvan House, 231 Corstorphine Road
      Edinburgh
      EH12 7AT
      United Kingdom
      Telephone: +44 3000675000
      E-mail: MTRsbmtfcW5haWFqcCpvX2twaF1qYDxia25hb3BudSpjb2UqY2tyKnFn

      Internet address:http://scotland.forestry.gov.uk/

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      21/06/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 26.06.2017
Zuletzt aktualisiert 26.06.2017
Wettbewerbs-ID 2-269248 Status Kostenpflichtig
Seitenaufrufe 40