Notice Information
Notice Title
Land Disposal Service
Notice Description
To provide a service to the Forestry Commission for the disposal of land as part of the New Woodland Investment Program. The land has been identified by the Forestry Commission and it equates to an estimated 2253 HA across 14 sites. The successful bidder will act in the capacity of a consultant and shall advise the Forestry Commission on the value of the land, the best route to market for the land and shall market and sell the land on behalf of the Forestry Commission. Further service requirements are detailed in the Invitation To Tender Documents.
Lot Information
Lot 1
Land Disposal Service for the Forestry Commission. The service will include; Marketing Management of site visits Consultancy and advice Communication and management of interested parties Selling the land After sales reporting. This list is not extensive, further information on the service requirements and the procurement can be found in the Invitation To Tender documents.. It is the intention of the FC that any Contract resulting from this Invitation to Tender (ITT) will commence on 11 March 2019 and shall endure until the services have been successfully completed or until 10 March 2023, whichever comes earliest.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000568289
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340655
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
70 - Real estate services
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
-
- CPV Codes
70122100 - Land sale services
70332100 - Land management services
77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
Notice Value(s)
- Tender Value
- £124,000 £100K-£500K
- Lots Value
- £124,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Dec 20187 years ago
- Submission Deadline
- 31 Jan 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FORESTRY COMMISSION
- Contact Name
- Not specified
- Contact Email
- procurement.scotland@forestry.gov.uk
- Contact Phone
- +44 3000675000
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH12 7AT
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM Scotland
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Corstorphine/Murrayfield
- Westminster Constituency
- Edinburgh West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340655
Land Disposal Service - To provide a service to the Forestry Commission for the disposal of land as part of the New Woodland Investment Program. The land has been identified by the Forestry Commission and it equates to an estimated 2253 HA across 14 sites. The successful bidder will act in the capacity of a consultant and shall advise the Forestry Commission on the value of the land, the best route to market for the land and shall market and sell the land on behalf of the Forestry Commission. Further service requirements are detailed in the Invitation To Tender Documents.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000568289-2018-12-20T00:00:00Z",
"date": "2018-12-20T00:00:00Z",
"ocid": "ocds-r6ebe6-0000568289",
"initiationType": "tender",
"parties": [
{
"id": "org-20",
"name": "Forestry Commission",
"identifier": {
"legalName": "Forestry Commission"
},
"address": {
"streetAddress": "Silvan House, 231 Corstorphine Road",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 7AT"
},
"contactPoint": {
"email": "procurement.scotland@forestry.gov.uk",
"telephone": "+44 3000675000",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "05",
"description": "Environmental protection",
"scheme": "COFOG"
}
],
"url": "http://www.forestry.gov.uk"
}
}
],
"buyer": {
"name": "Forestry Commission",
"id": "org-20"
},
"tender": {
"id": "C0123",
"title": "Land Disposal Service",
"description": "To provide a service to the Forestry Commission for the disposal of land as part of the New Woodland Investment Program. The land has been identified by the Forestry Commission and it equates to an estimated 2253 HA across 14 sites. The successful bidder will act in the capacity of a consultant and shall advise the Forestry Commission on the value of the land, the best route to market for the land and shall market and sell the land on behalf of the Forestry Commission. Further service requirements are detailed in the Invitation To Tender Documents.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "77000000",
"scheme": "CPV"
},
{
"id": "70332100",
"scheme": "CPV"
},
{
"id": "70122100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 124000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-01-31T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-01-31T12:00:00Z"
},
"documents": [
{
"id": "DEC340655",
"documentType": "contractNotice",
"title": "Land Disposal Service",
"description": "To provide a service to the Forestry Commission for the disposal of land as part of the New Woodland Investment Program. The land has been identified by the Forestry Commission and it equates to an estimated 2253 HA across 14 sites. The successful bidder will act in the capacity of a consultant and shall advise the Forestry Commission on the value of the land, the best route to market for the land and shall market and sell the land on behalf of the Forestry Commission. Further service requirements are detailed in the Invitation To Tender Documents.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340655",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Land Disposal Service for the Forestry Commission. The service will include; Marketing Management of site visits Consultancy and advice Communication and management of interested parties Selling the land After sales reporting. This list is not extensive, further information on the service requirements and the procurement can be found in the Invitation To Tender documents.. It is the intention of the FC that any Contract resulting from this Invitation to Tender (ITT) will commence on 11 March 2019 and shall endure until the services have been successfully completed or until 10 March 2023, whichever comes earliest.",
"status": "active",
"value": {
"amount": 124000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2019-01-31T12:00:00Z",
"description": "By a Regulated Procurement Officer using PCS Tender."
},
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Part IV: Selection Criteria; A. Suitability ESPD Specific Question 4A.2 The Contractor must be registered with the Royal Institute of Charters Surveyors (RICS), where the Contractor is not currently registered with RICS they must be registered by the Contract start date. For further information please follow this link on registration https://www.rics.org/uk/upholding-professional-standards/regulation/firm-regulation/"
},
{
"type": "economic",
"description": "ESPD Specific Question 4B.5 It is a requirement of this 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; Employers Liability Insurance Public Liability Insurance Professional Indemnity",
"minimum": "Employer's (Compulsory) Liability Insurance = Minimum 5 million GBP. Public Liability Insurance = Minimum 5 million GBP for any one incident and unlimited in total Professional Indemnity- = Minimum 1 million GBP Where a bidder does not hold or commit to obtaining the types and levels of insurance indicated, the FC will exclude the Bidder from the competition."
},
{
"type": "technical",
"description": "ESPD Specific Question 4c.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the service as described in the Contract Notice and associated Invitation to Tender Documents. Please detail if you relied upon subcontractors to deliver any operations. Note: Relevant examples of services carried out during the last 3 years. Note: Please use the template document embedded in the PCST question ESPD Specific Question 4c.4 Bidders that are required (turnover greater than 36m GBP) to comply with the Modern Slavery Act 2015 must provide a link to their 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 Part IV: Selection Criteria; D. Quality Assurance Schemes and Environmental Management Standards- information on what is required is included in Appendix 1 of the Evaluation Award Criteria document.",
"minimum": "ESPD Specific Question 4c.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: The Contract Lead must hold Charter Surveyor (MRICS) status and must attribute to the largest percentage of time on the contract for each site. Confirm that employees working on the Contract will have the relevant certificates for the service that they are tasked. and Confirm that; all Lone workers must be trained to a minimum of Emergency First Aid at Work (+F). All staff and those of any sub-Contractors appointed by the supplier must hold a valid First Aid at work or Emergency First Aid at Work (+F) certificate See our First Aid Policy for those that work on our land for further details, available at: https://www.forestry.gov.uk/pdf/FIRSTAIDPOLICY-externalv6final.pdf/$FILE/FIRSTAIDPOLICY-externalv6final.pdf Or Confirm that all staff on site will have the above certificates prior to the Contract Start date."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2019-05-31T00:00:00Z"
}
},
"classification": {
"id": "70122100",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "ESPD evaluation will be scored as pass/fail. Any question scored \"fail\" will result in the bid being excluded from evaluation. If the bidder intends to subcontract, then the bidder will be required to submit a separate ESPD for each subcontractor. Question Scoring Methodology for Technical Criteria: 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. Any Bidder that receives a score of Zero for one or more Technical criteria will be excluded from the tender. Any bidder that receives a total Technical score below 45% out of 100% will be excluded from the tender. Community Benefits will not be included as part of this contract. The value is under regulated and a number of the suppliers will be SMEs therefore it has not been deemed proportionate for this contract. The FC may modify the Contract, irrespective of the monetary value of those modifications, within the scope permitted as allowed under Regulation 72 (1) of The Public Contracts (Scotland) Regulations 2015, should Operational reasons require it; -requirement for exceptional marketing costs out with stated anticipated budget, where agreed with the FC; -additional days required due to unforeseen circumstances such as land disputes and the need for legal involvement; and -requirement for additional days due to lack of interest from the market, which has not been caused by either parties approach to the service. 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. The Supplier Developer Programme is available to assist suppliers with public procurement including training events: https://www.sdpscotland.co.uk/region/forestry-commission/ The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12606. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:568289)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000568289"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}