TX: 04/11/2019 S212 Services - SystËme díacquisition dynamique - ProcÈdure restreinte Royaume-Uni-Inverness: Services sylvicoles 2019/S 212-520147 Avis de marchÈ Services |
|
|
Section I: Pouvoir adjudicateur |
|
I.1) | Nom et adresses Nom officiel: Forestry and Land Scotland Adresse postale: 1 Highlander Way, Inverness Retail Park Ville: Inverness Code NUTS: UKM Code postal: IV2 7GB Pays: Royaume-Uni Courriel: procurement@forestryandland.gov.scot TÈlÈphone: +44 31313705179 Adresse(s) internet: Adresse principale: http://https://forestryandland.gov.scot/ Adresse du profil díacheteur: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30371 http://https://forestryandland.gov.scot/ https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30371 |
I.2) | Informations sur la passation conjointe de marchÈs |
I.3) | Communication Les documents du marchÈ sont disponibles gratuitement en accËs direct non restreint et complet, l'adresse: https://www.publictendersscotland.publiccontractsscotland.gov.uk Adresse laquelle des informations complÈmentaires peuvent Ítre obtenues: le ou les point(s) de contact susmentionnÈ(s) Les offres ou les demandes de participation doivent Ítre envoyÈes par voie Èlectronique via: https://www.publictendersscotland.publiccontractsscotland.gov.uk La communication Èlectronique requiert l'utilisation d'outils et de dispositifs qui ne sont pas gÈnÈralement disponibles. Un accËs direct non restreint et complet ces outils et dispositifs est possible gratuitement l'adresse: https://www.publictendersscotland.publiccontractsscotland.gov.uk |
I.4) | Type de pouvoir adjudicateur Organisme de droit public |
I.5) | ActivitÈ principale Environnement |
|
|
Section II: Objet |
|
II.1) | ...tendue du marchÈ |
II.1.1) | IntitulÈ: Woodland Establishment across Scotland through a Dynamic Purchasing System (DPS) NumÈro de rÈfÈrence: FW0049 |
II.1.2) | Code CPV principal 77200000 |
II.1.3) | Type de marchÈ Services |
II.1.4) | Description succincte: The Authority (FLS) has established a Dynamic Purchasing System (DPS) for Woodland Establishment across Scotland. The DPS comprises 2 lots: commercial and amenity and planting and maintenance. This DPS shall be open from the 1. 11.2019 until the 31.10.2024 (validity period). New applications shall be evaluated and the decision communicated within 10 working days. |
II.1.5) | Valeur totale estimÈe Valeur hors TVA: 12 500 000.00 GBP |
II.1.6) | Information sur les lots Ce marchÈ est divisÈ en lots: oui Il est possible de soumettre des offres pour tous les lots Le pouvoir adjudicateur se rÈserve le droit d'attribuer des marchÈs combinant les lots ou groupes de lots suivants: Single DPS agreement for Lots 1 and 2. |
II.2) | Description |
II.2.1) | IntitulÈ: Commercial and Amenity Woodland Establishment, Contractor will be the Forest Works Manager (FWM) Lot n : 1 |
II.2.2) | Code(s) CPV additionnel(s) 77200000 |
II.2.3) | Lieu d'exÈcution Code NUTS: UKM |
II.2.4) | Description des prestations: Commercial and amenity woodland establishment, contractor will be the Forest Works Manager (FWM), circa 1 500 hectares and approximately 9 000 000 GBP. The authority expects the Contractor to undertake all the establishment work that will be required to deliver the overall specification in the land management plan and associated documents: this will include appropriate ground preparation, vegetation control, sourcing appropriate provenances of the tree species specified in the land management plan, planting, maintenance, protection of the crop from damaging agents, and effective communication throughout the life of the contract. |
II.2.5) | CritËres díattribution CritËres ÈnoncÈs ci-dessous CritËre de qualitÈ - Nom: Quality / PondÈration: 30 Prix - PondÈration: 70 |
II.2.6) | Valeur estimÈe Valeur hors TVA: 9 000 000.00 GBP |
II.2.7) | DurÈe du marchÈ, de l'accord-cadre ou du systËme d'acquisition dynamique DurÈe en mois: 60 Ce marchÈ peut faire l'objet d'une reconduction: oui Description des modalitÈs ou du calendrier des reconductions: DPS validity period will be for 5 years, a retender would need to be published within approximately 12 months before the end date. |
II.2.9) | Informations sur les limites concernant le nombre de candidats invitÈs participer Nombre maximal: 999 CritËres objectifs de limitation du nombre de candidats: There is no limit to the number of Contractors that can be appointed to the DPS. |
II.2.10) | Variantes Des variantes seront prises en considÈration: non |
II.2.11) | Information sur les options Options: non |
II.2.12) | Informations sur les catalogues Èlectroniques |
II.2.13) | Information sur les fonds de l'Union europÈenne Le contrat s'inscrit dans un projet/programme financÈ par des fonds de l'Union europÈenne: non |
II.2.14) | Informations complÈmentaires 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) | Description |
II.2.1) | IntitulÈ: Planting and Maintenance Woodland Establishment on Sites where the Authority is the Forestry Works Manager (FWM) Lot n : 2 |
II.2.2) | Code(s) CPV additionnel(s) 77200000 |
II.2.3) | Lieu d'exÈcution Code NUTS: UKM |
II.2.4) | Description des prestations: Planting and maintenance woodland establishment on sites where the authority is the Forestry Works Manager (FWM), circa 700 hectares, of which 100 hectares is for slope stabilisation and approximately 3 500 000 GBP. Contractors will be expected to undertake forest establishment operations which will include tree planting, beating-up to replace any dead or missing trees, chemical weeding and hand weeding operations. Further operations that may be required such as tree protection with the application individual tree protectors or control noxious weeds will be detailed in invitations to tender. |
II.2.5) | CritËres díattribution CritËres ÈnoncÈs ci-dessous CritËre de qualitÈ - Nom: Quality / PondÈration: 30 Prix - PondÈration: 70 |
II.2.6) | Valeur estimÈe Valeur hors TVA: 3 500 000.00 GBP |
II.2.7) | DurÈe du marchÈ, de l'accord-cadre ou du systËme d'acquisition dynamique DurÈe en mois: 60 Ce marchÈ peut faire l'objet d'une reconduction: oui Description des modalitÈs ou du calendrier des reconductions: DPS validity period will be for 5 years, a retender would need to be published within approximately 12 months before the end date. |
II.2.9) | Informations sur les limites concernant le nombre de candidats invitÈs participer Nombre maximal: 999 CritËres objectifs de limitation du nombre de candidats: There is no limit to the number of Contractors that can be appointed to the DPS. |
II.2.10) | Variantes Des variantes seront prises en considÈration: non |
II.2.11) | Information sur les options Options: non |
II.2.12) | Informations sur les catalogues Èlectroniques |
II.2.13) | Information sur les fonds de l'Union europÈenne Le contrat s'inscrit dans un projet/programme financÈ par des fonds de l'Union europÈenne: non |
II.2.14) | Informations complÈmentaires 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: Renseignements díordre juridique, Èconomique, financier et technique |
|
III.1) | |
|
|
Conditions de participation |
|
III.1.1) | Habilitation exercer l'activitÈ professionnelle, y compris exigences relatives l'inscription au registre du commerce ou de la profession |
III.1.2) | CapacitÈ Èconomique et financiËre Liste et description succincte des critËres de sÈlection: ESPD Specific Question 4b.5.1, 5. 2 and 5. 3 (Question) The bidder confirms they already have or can commit to obtain, prior to the commencement of a call-off Contract that they are awarded, the levels of insurance cover indicated in the relevant contract notice. Niveau(x) spÈcifique(s) minimal/minimaux exigÈ(s): (Statement) Employerís (compulsory) liability insurance = minimum 5 000 000 GBP. Public liability insurance = minimum 5 000 000 GBP for any one incident and unlimited in total. http://www.hse.gov.uk/pubns/hse40. http://www.hse.gov.uk/pubns/hse40 |
III.1.3) | CapacitÈ technique et professionnelle Liste et description succincte des critËres de sÈlection: ESPD Specific Question 4c.1.2 (Question) For public supply and public service contracts only, please provide relevant examples of supplies and/or services carried out during the last 3 years as specified in the contract notice. ESPD Specific Question 4c.4 (Modern Slavery Act) (Question) Please provide a statement of the relevant supply chain management and/or tracking systems used: ESPD Specific Question 4c.6 (Question) The following educational and professional qualifications are held by the service provider or the contractor itself: ESPD 4D.1 Quality Assurance standards (Health and Safety Procedures) (Question) Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required Health and Safety standards ESPD 4D.2 Environmental Management Systems (Question) Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards Niveau(x) spÈcifique(s) minimal/minimaux exigÈ(s): ESPD Specific Question 4c.1.2 (Statement) For each lot, bidders are required to provide at least 1 example using the template in the document FW0049 Appendix 1a - 4C-1-2 Technical Experience that demonstrates relevant experience to deliver the requirement for the lot described as detailed in the document FW0049 DPS Specification. ESPD Specific Question 4c.4 (Modern Slavery Act)(Statement) Bidders with a turnover greater than 36 000 000 GBP are required to comply with the Modern Slavery Act 2015 and must provide a link to their online statement setting out the steps they have taken to ensure there is no modern slavery in their own business or their supply chains to ensure that slavery and human trafficking is not taking place in any part of its own business. http://www.legislation.gov.uk/ukpga/2015/30/section/54/enacted Bidders with a turnover less than 36 000 000 GBP may give a brief explanation of what steps if any you are taking to ensure that slavery and human trafficking is not taking place in any part of its own business. ESPD Specific Question 4c.6 (Statement) Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Please confirm that operators will have the relevant certificates ((Statement) ó See FW0049 Appendix 1 ó ESPD Standard Statements) for the Operation that they are tasked. ESPD 4D.1 Quality Assurance standards (Health and Safety Procedures) (Statement) See FW0049 Appendix 1 ó ESPD Standard Statements in PCS-T. ESPD 4D.2 Environmental Management Systems (Statement) See FW0049 Appendix 1 ó ESPD Standard Statements in PCS-T. http://www.legislation.gov.uk/ukpga/2015/30/section/54/enacted |
III.1.5) | Informations sur les marchÈs rÈservÈs |
III.2) | Conditions liÈes au marchÈ |
III.2.1) | Information relative la profession |
III.2.2) | Conditions particuliËres d'exÈcution: |
III.2.3) | Informations sur les membres du personnel responsables de l'exÈcution du marchÈ |
|
|
Section IV: ProcÈdure |
|
IV.1) | Description |
IV.1.1) | Type de procÈdure ProcÈdure restreinte |
IV.1.3) | Information sur l'accord-cadre ou le systËme d'acquisition dynamique Le marchÈ implique la mise en place d'un systËme d'acquisition dynamique |
IV.1.4) | Informations sur la rÈduction du nombre de solutions ou d'offres durant la nÈgociation ou le dialogue |
IV.1.6) | EnchËre Èlectronique |
IV.1.8) | Information concernant líaccord sur les marchÈs publics (AMP) Le marchÈ est couvert par l'accord sur les marchÈs publics: non |
IV.2) | Renseignements d'ordre administratif |
IV.2.1) | Publication antÈrieure relative la prÈsente procÈdure NumÈro de l'avis au JO sÈrie S: 2019/S 159-392762 |
IV.2.2) | Date limite de rÈception des offres ou des demandes de participation Date: 31/10/2024 Heure locale: 12:00 |
IV.2.3) | Date díenvoi estimÈe des invitations soumissionner ou participer aux candidats sÈlectionnÈs Date: 31/10/2024 |
IV.2.4) | Langue(s) pouvant Ítre utilisÈe(s) dans l'offre ou la demande de participation: anglais |
IV.2.6) | DÈlai minimal pendant lequel le soumissionnaire est tenu de maintenir son offre |
IV.2.7) | ModalitÈs díouverture des offres |
|
|
Section VI: Renseignements complÈmentaires |
|
VI.1) | Renouvellement Il s'agit d'un marchÈ renouvelable: oui Calendrier prÈvisionnel de publication des prochains avis: DPS validity period will be for 5 years, a retender would need to be published within approximately 12 months before the end date. |
VI.2) | Informations sur les Èchanges Èlectroniques |
VI.3) | Informations complÈmentaires: Only contractors admitted onto the DPS will be invited to tender for the relevant lot. ESPD evaluation will be scored as pass/fail. Should any question be scored ëfailí the entire bid shall be set aside. Where the bidder relies on the capacities of other entities/consortium member in order to meet the selection criteria they must provide a separate ESPD for each entity. Please read the bidders instructions on the ESPD section 2C.1 for full details. If the bidder intends to subcontract any share of the contract to third parties, then the bidder will be required to submit a separate ESPD (Part II A&B, and Part III A&B only) for each subcontractor. Please read the bidderís instructions on the ESPD Section 2D.1 and 2D.1.2. Where changes are made (with the agreement of FLS DPS Manager during the period of the DPS to the other entities that the bidder relies on in order to meet the selection criteria they must provide a separate ESPD for each new/replacement member to the FLS DPS Manager. The ESPD will be reviewed by FLS to determine the appropriateness of the new/replacement member. FLS's decision on whether or not to allow the change/addition will be final. Contracts will be awarded using weightings in Section II.2.5), the authority reserves the right to amend weightings by up to ±20 % where it is deemed appropriate. The FLS guide to PCS-T here: https://forestryandland.gov.scot/images/researchandresources/procurement/Procurement-Supplier-Guidance-for-PCS-Tender.pdf The supplier developer programme is available to assist suppliers with public procurement including training events: https://www.sdpscotland.co.uk/region/public-bodies-forestry-commission/ The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 14254 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: Monitoring and enforcing its application would put an unreasonable burden on all the parties. 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 will be asked in mini-competitions with a value greater than 1 000 000 (Lot 1) or 500 000 (Lot 2) (GBP, ex VAT), the authority may ask for community benefits below these values (see tender documents for full detail): ó targeted recruitment and vocational training initiatives, ó supporting educational initiatives, ó support or funding for community and/or environmental initiatives, ó supported business, third sector and voluntary initiatives, ó support and development opportunities delivered to disadvantaged groups, ó support for equality and diversity initiatives to encourage inclusiveness. (SC Ref:600004) https://forestryandland.gov.scot/images/researchandresources/procurement/Procurement-Supplier-Guidance-for-PCS-Tender.pdf https://www.sdpscotland.co.uk/region/public-bodies-forestry-commission/ http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 |
VI.4) | ProcÈdures de recours |
VI.4.1) | Instance chargÈe des procÈdures de recours Nom officiel: Forestry and Land Scotland Adresse postale: 1 Highlander Way, Inverness Retail Park Ville: Inverness Code postal: IV2 7GB Pays: Royaume-Uni Courriel: procurement@forestryandland.gov.scot TÈlÈphone: +44 1313705179 Adresse internet: http://https://forestryandland.gov.scot/ http://https://forestryandland.gov.scot/ |
VI.4.2) | Organe chargÈ des procÈdures de mÈdiation |
VI.4.3) | Introduction de recours |
VI.4.4) | Service auprËs duquel des renseignements peuvent Ítre obtenus sur l'introduction de recours |
VI.5) | Date díenvoi du prÈsent avis: 30/10/2019 |