Notice Information
Notice Title
Provision of Corporate Signage and Furniture
Notice Description
FLS require to put in place a framework to support the procurement of the manufacture and delivery of high quality outdoor timber; Corporate Signs (e.g. primary, secondary, threshold signs and way-markers); Furniture (e.g. picnic benches) and Structures (e.g. to hold and display information panels).
Lot Information
Provision of Timber Structures
Provision of Timber Structures to hold display information panels, flagposts, lecterns, parking signs, mountain bike post etc
Corporate Timber FurnitureProvision of on site timber furniture for example Bench, Perch Bench, Picnic Tables, BBQ table plate for use in Public facilities.
Corporate SignsCorporate Timber Signage covering Threshold Signs, Primary Signs, Milepost Signs, Waymarkers, Fingerposts and other sign types to maark out Forestry and Land Scotlands many facilites.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000587090
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377245
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
03 - Agricultural, farming, fishing, forestry and related products
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
03419100 - Timber products
34928470 - Signage
34928472 - Sign posts
34992000 - Signs and illuminated signs
35261000 - Information panels
39100000 - Furniture
39142000 - Garden furniture
39150000 - Miscellaneous furniture and equipment
39151000 - Miscellaneous furniture
44423400 - Signs and related items
79934000 - Furniture design services
Notice Value(s)
- Tender Value
- £1,200,000 £1M-£10M
- Lots Value
- £1,200,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £960,000 £500K-£1M
Notice Dates
- Publication Date
- 13 Jan 20206 years ago
- Submission Deadline
- 22 Jul 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 16 Dec 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2023
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FORESTRY AND LAND SCOTLAND
- Contact Name
- Not specified
- Contact Email
- procurement@forestryandland.gov.scot
- Contact Phone
- +44 1313705541, +44 3000676000
Buyer Location
- Locality
- INVERNESS
- Postcode
- IV2 7GB
- Post Town
- Inverness
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM Scotland
-
- Local Authority
- Highland
- Electoral Ward
- Inverness Millburn
- Westminster Constituency
- Inverness, Skye and West Ross-shire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN357512
Provision of Corporate Signage and Furniture - FLS require to put in place a framework to support the procurement of the manufacture and delivery of high quality outdoor timber; Corporate Signs (e.g. primary, secondary, threshold signs and way-markers); Furniture (e.g. picnic benches) and Structures (e.g. to hold and display information panels). -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377245
Provision of Corporate Signage and Furniture - FLS require to put in place a framework to support the procurement of the manufacture and delivery of high quality outdoor timber; Corporate Signs (e.g. primary, secondary, threshold signs and way-markers); Furniture (e.g. picnic benches) and Structures (e.g. to hold and display information panels).
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-r6ebe6-0000587090-2020-01-13T00:00:00Z",
"date": "2020-01-13T00:00:00Z",
"ocid": "ocds-r6ebe6-0000587090",
"initiationType": "tender",
"parties": [
{
"id": "org-48",
"name": "Forestry and Land Scotland",
"identifier": {
"legalName": "Forestry and Land Scotland"
},
"address": {
"streetAddress": "1 Highlander Way, Inverness Retail Park",
"locality": "Inverness",
"region": "UKM",
"postalCode": "IV2 7GB"
},
"contactPoint": {
"email": "procurement@forestryandland.gov.scot",
"telephone": "+44 3000676000",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Forestry",
"scheme": "COFOG"
},
{
"id": "05",
"description": "Environmental protection",
"scheme": "COFOG"
}
],
"url": "https://forestryandland.gov.scot/"
}
},
{
"id": "org-29",
"name": "Forestry and Land Scotland",
"identifier": {
"legalName": "Forestry and Land Scotland"
},
"address": {
"streetAddress": "1 Highlander Way, Inverness Retail Park",
"locality": "Inverness",
"region": "UKM",
"postalCode": "IV2 7GB"
},
"contactPoint": {
"email": "procurement@forestryandland.gov.scot",
"telephone": "+44 1313705541",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "04",
"description": "Economic affairs",
"scheme": "COFOG"
},
{
"id": "05",
"description": "Environmental protection",
"scheme": "COFOG"
},
{
"id": "Forestry",
"scheme": "COFOG"
}
],
"url": "https://forestryandland.gov.scot/"
}
},
{
"id": "org-277",
"name": "Border Signs & Graphics",
"identifier": {
"legalName": "Border Signs & Graphics"
},
"address": {
"streetAddress": "The Sign Centre, St. Mary's Industrial Estate",
"locality": "Dumfries",
"region": "UKM92",
"postalCode": "DG1 1NA"
},
"contactPoint": {
"telephone": "+44 1387269582"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
}
],
"buyer": {
"name": "Forestry and Land Scotland",
"id": "org-29"
},
"tender": {
"id": "FW0055",
"title": "Provision of Corporate Signage and Furniture",
"description": "FLS require to put in place a framework to support the procurement of the manufacture and delivery of high quality outdoor timber; Corporate Signs (e.g. primary, secondary, threshold signs and way-markers); Furniture (e.g. picnic benches) and Structures (e.g. to hold and display information panels).",
"status": "complete",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "35261000",
"scheme": "CPV"
},
{
"id": "03419100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "39142000",
"scheme": "CPV"
},
{
"id": "39100000",
"scheme": "CPV"
},
{
"id": "39151000",
"scheme": "CPV"
},
{
"id": "39150000",
"scheme": "CPV"
},
{
"id": "79934000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "3"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "34928470",
"scheme": "CPV"
},
{
"id": "34928472",
"scheme": "CPV"
},
{
"id": "34992000",
"scheme": "CPV"
},
{
"id": "44423400",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1200000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-07-22T14:00:00Z"
},
"awardPeriod": {
"startDate": "2019-07-22T14:00:00Z"
},
"documents": [
{
"id": "JUN357512",
"documentType": "contractNotice",
"title": "Provision of Corporate Signage and Furniture",
"description": "FLS require to put in place a framework to support the procurement of the manufacture and delivery of high quality outdoor timber; Corporate Signs (e.g. primary, secondary, threshold signs and way-markers); Furniture (e.g. picnic benches) and Structures (e.g. to hold and display information panels).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN357512",
"format": "text/html"
},
{
"id": "JAN377245",
"documentType": "awardNotice",
"title": "Provision of Corporate Signage and Furniture",
"description": "FLS require to put in place a framework to support the procurement of the manufacture and delivery of high quality outdoor timber; Corporate Signs (e.g. primary, secondary, threshold signs and way-markers); Furniture (e.g. picnic benches) and Structures (e.g. to hold and display information panels).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377245",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "Provision of Timber Structures",
"description": "Provision of Timber Structures to hold display information panels, flagposts, lecterns, parking signs, mountain bike post etc",
"status": "complete",
"value": {
"amount": 240000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "3",
"title": "Corporate Timber Furniture",
"description": "Provision of on site timber furniture for example Bench, Perch Bench, Picnic Tables, BBQ table plate for use in Public facilities.",
"status": "complete",
"value": {
"amount": 240000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "1",
"title": "Corporate Signs",
"description": "Corporate Timber Signage covering Threshold Signs, Primary Signs, Milepost Signs, Waymarkers, Fingerposts and other sign types to maark out Forestry and Land Scotlands many facilites.",
"status": "complete",
"value": {
"amount": 720000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Questions",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2019-07-22T14:00:00Z",
"address": {
"streetAddress": "Forestry and Land Scotland 1 Highlander Way Inverness IV2 7GB"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "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: Minimum level(s) of standards required: Employer's (Compulsory) Liability Insurance = Minimum 5 million GBP. Public Liability Insurance = Minimum 5 million GBP for any one incident and unlimited in concurrency. http://www.hse.gov.uk/pubns/hse40."
},
{
"type": "technical",
"description": "ESPD Specific Question 4c.4 Bidders with a turnover greater than 36m GBP are required to comply with the Modern Slavery Act 2015. Bidders 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 ***** ESPD Specific Question 4c.7 Government Buying Standard for Timber products: FSC/PEFC ***** ESPD 4D.1 Quality Assurance (inc Health and Safety)standards ***** ESPD 4D.2 Environmental Management Systems ***** For each Lot of interest, a sample of the finished product meeting the sample specifications at annex 2 (Lot 1), annex 3 (Lot 2) or annex 4 (Lot 3) of the Schedule 1 - Specification for Corporate Signs and Furniture Document must be supplied.",
"minimum": "ESPD Specific Question 4c.7 Government Buying Standard for Timber products: All timber supplied must hold certified chain of custody to internationally recognised standard of Forest Stewardship Council (FSC) or Programme for the Endorsement of Forest Certification (PEFC). Bidders must confirm that they will meet this criterion. ESPD 4D.1 Quality Assurance standards (inc Health and Safety Procedures) 3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with OHSAS 18001, ISO45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR, 4a. The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. 4b. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement. 4i. Documented arrangements for ensuring that the bidder's suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged. This must demonstrate that the bidder's organisation has, and implements, arrangements for monitoring suppliers' H&S procedures, and for ensuring that H&S performance appropriate for the work undertaken is delivered throughout the whole of your organisation's supply chain. 4j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. This must demonstrate that the bidder has in place, and implements, procedures for carrying out risk assessments and for developing and implementing safe systems of work (\"method statements\"), and be able to provide relevant indicative examples. The identification and control of any significant occupational health issues must be prominent. ESPD 4D.2 Environmental Management Systems 1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR, 2. The bidder must have the following: a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control). b. Documented arrangements for ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment. This should evidence that the bidder's organisation's environmental policy implementation plan provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these arrangements are communicated to the workforce in relation to environmental matters including: sustainable materials procurement; waste management; energy management. This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"classification": {
"id": "34928470",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "2023"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "ESPD evaluation will be scored as pass/fail. Should any question be scored 'fail' the entire bid shall be set aside. Sample products suplied will be scored pass/fail. Should any sample be scored 'fail' 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 bidder's instructions on the ESPD section 2D.1 & 2D.1.2. Where changes are made (with the agreement of the FLS Framework Manager during the period of the Framework Agreement 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 Framework Manager. The ESPD will be reviewed by FLS to determine the appropriateness of the new/replacement member. FLS decision on whether or not to allow the change/addition will be final. > 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 or one on any Technical criteria will be excluded from the tender. > FLS may modify the Framework Agreement, irrespective of the monetary value of those modifications, within the scope permitted as allowed under Reg 72 (1) of The Public Contracts Scotland Regulations 2015, should Operational reasons require it. Actual requirements can vary due to changes in (for example); Changes to the re-branding roll out; The creation, redevelopment or enhancement of sites Changes in budgetary availability; Any Scottish Government or internal policy changes > The Supplier Developer Programme is available to assist suppliers with public procurement including training events: https://www.sdpscotland.co.uk/ > The buyer is using PCS-Tender to conduct this ITT exercise. 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: The nature of the supplies does not make this appropriate. The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: Since this tender is a Framework Agreement for relatively small value orders shared across multiple Suppliers and Multiple Lots without guarantee of any volumes, asking Suppliers to commit to a Community Benefit is not considered appropriate. (SC Ref:608562)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000587090"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000587090"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "FW0055-1",
"title": "Corporate Signs",
"suppliers": [
{
"id": "org-277",
"name": "Border Signs & Graphics"
}
],
"relatedLots": [
"1"
]
},
{
"id": "FW0055-2",
"title": "Corporate Timber Furniture",
"suppliers": [
{
"id": "org-277",
"name": "Border Signs & Graphics"
}
],
"relatedLots": [
"3"
]
},
{
"id": "FW0055-3",
"title": "Provision of Timber Structures",
"suppliers": [
{
"id": "org-277",
"name": "Border Signs & Graphics"
}
],
"relatedLots": [
"2"
]
}
],
"contracts": [
{
"id": "FW0055-1",
"awardID": "FW0055-1",
"title": "Corporate Signs",
"status": "active",
"value": {
"amount": 720000,
"currency": "GBP"
},
"dateSigned": "2019-12-16T00:00:00Z"
},
{
"id": "FW0055-2",
"awardID": "FW0055-2",
"title": "Corporate Timber Furniture",
"status": "active",
"value": {
"amount": 240000,
"currency": "GBP"
},
"dateSigned": "2019-12-16T00:00:00Z"
},
{
"id": "FW0055-3",
"awardID": "FW0055-3",
"title": "Provision of Timber Structures",
"status": "active",
"value": {
"amount": 240000,
"currency": "GBP"
},
"dateSigned": "2019-12-16T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 115-281933"
}
],
"bids": {
"statistics": [
{
"id": "425",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "426",
"measure": "bids",
"value": 6,
"relatedLot": "3"
},
{
"id": "427",
"measure": "bids",
"value": 6,
"relatedLot": "2"
}
]
}
}