Award

Provision of Agronomic Trials for Value for Cultivation and Use

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Award

17 May 2023 at 00:00

Tender

14 Feb 2023 at 00:00

Summary of the contracting process

The Scottish Government has awarded a contract for the provision of agronomic trials to Scottish Agronomy Ltd. The contract titled "Provision of Agronomic Trials for Value for Cultivation and Use" falls under the services category and involves Winter Wheat, Spring Barley, Winter Barley, and Spring Oats trials. The trials will run from 30 June 2023 to 31 December 2028. The procurement stage is complete, and the total contract value is £321,000. The Scottish Government is located in Glasgow and can be contacted at marc.jones@gov.scot.

This contract presents business growth opportunities for suppliers in the agriculture or research sectors. Companies specializing in agronomic trials, particularly involving cereals like wheat and barley, would be well-suited to compete. The contract involves community benefits such as employment support, up-skilling initiatives, and promoting diversity within the workforce. Interested businesses should ensure compliance with the specified economic and technical criteria outlined in the tender documentation.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Agronomic Trials for Value for Cultivation and Use

Notice Description

Agronomic Trials for Value for Cultivation and Use for the period 30 June 2023 to 31 December 2028.

Lot Information

Winter Barley and Spring Oats

Scottish Ministers wish to contract for the provision of agronomic trials to obtain Scottish data for UK National List (NL) Value for Cultivation and Use (VCU) assessments / Scottish Recommended List (RL) purposes, which includes the provision of advice to the Scottish Ministers. Five cereal trials are required for wheat, barley and oats, divided into two Lots. Lot 2 Winter Barley and Spring Oats. This ITT is divided into 2 Lots. Suppliers may bid for one or both Lots.

Winter Wheat and Spring Barley

Scottish Ministers wish to contract for the provision of agronomic trials to obtain Scottish data for UK National List (NL) Value for Cultivation and Use (VCU) assessments / Scottish Recommended List (RL) purposes, which includes the provision of advice to the Scottish Ministers. Five cereal trials are required for wheat, barley and oats, divided into two Lots. Lot 1 Winter Wheat and Spring Barley. This ITT is divided into 2 Lots. Suppliers may bid for one or both Lots.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000722026
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY478679
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73100000 - Research and experimental development services

Notice Value(s)

Tender Value
£320,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£321,000 £100K-£500K

Notice Dates

Publication Date
17 May 20232 years ago
Submission Deadline
21 Mar 2023Expired
Future Notice Date
Not specified
Award Date
17 May 20232 years ago
Contract Period
30 Jun 2023 - 31 Dec 2028 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
David Box, Marc Jones
Contact Email
david.box@gov.scot, marc.jones@gov.scot
Contact Phone
+44 1412420133, +44 7919014604

Buyer Location

Locality
GLASGOW
Postcode
G2 8LU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

Supplier Information

Number of Suppliers
1
Supplier Name

SCOTTISH AGRONOMY

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000722026-2023-05-17T00:00:00Z",
    "date": "2023-05-17T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000722026",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-15",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "5 Atlantic Quay, 150 Broomielaw",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8LU"
            },
            "contactPoint": {
                "name": "David Box",
                "email": "david.box@gov.scot",
                "telephone": "+44 7919014604",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.gov.scot/"
            }
        },
        {
            "id": "org-22",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House",
                "locality": "EDINBURGH",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "email": "edinburgh@scotcourts.gov.uk",
                "telephone": "+44 1312252525",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "org-87",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "4 Atlantic Quay, 70 York St",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8EA"
            },
            "contactPoint": {
                "name": "Marc Jones",
                "email": "marc.jones@gov.scot",
                "telephone": "+44 1412420133",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.scotland.gov.uk"
            }
        },
        {
            "id": "org-204",
            "name": "Scottish Agronomy Ltd",
            "identifier": {
                "legalName": "Scottish Agronomy Ltd"
            },
            "address": {
                "streetAddress": "Arlary Farm",
                "locality": "Milnathort",
                "region": "UKM",
                "postalCode": "KY13 9SJ"
            },
            "contactPoint": {
                "telephone": "+44 01577862759"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-89",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-87"
    },
    "tender": {
        "id": "613314",
        "title": "Provision of Agronomic Trials for Value for Cultivation and Use",
        "description": "Agronomic Trials for Value for Cultivation and Use for the period 30 June 2023 to 31 December 2028.",
        "status": "complete",
        "items": [
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "73100000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "73100000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 320000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2023-03-21T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-03-21T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB471182",
                "documentType": "contractNotice",
                "title": "Provision of Agronomic Trials for Value for Cultivation and Use",
                "description": "Agronomic Trials for Value for Cultivation and Use for the period 30 June 2023 to 31 December 2028.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB471182",
                "format": "text/html"
            },
            {
                "id": "MAY478679",
                "documentType": "awardNotice",
                "title": "Provision of Agronomic Trials for Value for Cultivation and Use",
                "description": "Agronomic Trials for Value for Cultivation and Use for the period 30 June 2023 to 31 December 2028.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY478679",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "2",
                "title": "Winter Barley and Spring Oats",
                "description": "Scottish Ministers wish to contract for the provision of agronomic trials to obtain Scottish data for UK National List (NL) Value for Cultivation and Use (VCU) assessments / Scottish Recommended List (RL) purposes, which includes the provision of advice to the Scottish Ministers. Five cereal trials are required for wheat, barley and oats, divided into two Lots. Lot 2 Winter Barley and Spring Oats. This ITT is divided into 2 Lots. Suppliers may bid for one or both Lots.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2023-06-30T00:00:00Z",
                    "endDate": "2028-12-31T00:00:00Z"
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            },
            {
                "id": "1",
                "title": "Winter Wheat and Spring Barley",
                "description": "Scottish Ministers wish to contract for the provision of agronomic trials to obtain Scottish data for UK National List (NL) Value for Cultivation and Use (VCU) assessments / Scottish Recommended List (RL) purposes, which includes the provision of advice to the Scottish Ministers. Five cereal trials are required for wheat, barley and oats, divided into two Lots. Lot 1 Winter Wheat and Spring Barley. This ITT is divided into 2 Lots. Suppliers may bid for one or both Lots.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2023-06-30T00:00:00Z",
                    "endDate": "2028-12-31T00:00:00Z"
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2023-03-21T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "minimum": "Bidders must demonstrate a Current Ratio of no less than 0.8. Current Ratio will be calculated as follows: Net current assets divided by net current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. 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 of insurance indicated below. Employer's (Compulsory) Liability Insurance = 5 000 000 GBP. Public Liability Insurance = 1 000 000 GBP. Professional Indemnity Insurance = 1 000 000 GBP."
                },
                {
                    "type": "technical",
                    "minimum": "Service Providers must evidence that those responsible for providing advice hold (or be in receipt of prior to contract award) the following qualifications or equivalent as outlined - Basic qualifications at honours degree level in an appropriate subject - Agricultural Science, Plant Science, Biological Science degrees or equivalent. 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. 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. c. Documented arrangements for providing employees with training and information on environmental issues, including evidence that the bidder has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice. d. Documented arrangements for checking, reviewing and where necessary improving, the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice. e. Documented arrangements checking, reviewing and where necessary improving, the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals. These must include details of the procedures in place to access and deal with environmental risks. f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.). g. Documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier's environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder's supply chain."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "73100000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "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. 1 Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 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. 3 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. 4 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. Tenderers are also asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the SPD Supplier Response Form attached to SPD. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23403 and the ITT code is 48510. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23403. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish Ministers' commitment to contributing to the social, economic & environmental well-being of the people of Scotland, as described in the specification. targeted employment support, recruitment and work-related training for priority groups within the community (for example long-term unemployed and young people) as part of your proposed workforce for this project; support for existing Charity and Third Sector Organisations that deliver benefits to the communities Use of SMEs or supported businesses as part of your supply chain up-skilling the existing workforce; equality and diversity initiatives; educational support initiatives. (SC Ref:732400)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000722026"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000722026"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "613314-1",
            "title": "Winter Wheat and Spring Barley",
            "suppliers": [
                {
                    "id": "org-204",
                    "name": "Scottish Agronomy Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "613314-2",
            "title": "Winter Barley and Spring Oats",
            "suppliers": [
                {
                    "id": "org-204",
                    "name": "Scottish Agronomy Ltd"
                }
            ],
            "relatedLots": [
                "2"
            ]
        }
    ],
    "contracts": [
        {
            "id": "613314-1",
            "awardID": "613314-1",
            "title": "Winter Wheat and Spring Barley",
            "status": "active",
            "value": {
                "amount": 170000,
                "currency": "GBP"
            },
            "dateSigned": "2023-05-17T00:00:00Z"
        },
        {
            "id": "613314-2",
            "awardID": "613314-2",
            "title": "Winter Barley and Spring Oats",
            "status": "active",
            "value": {
                "amount": 151000,
                "currency": "GBP"
            },
            "dateSigned": "2023-05-17T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2023/S 000-004466"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "620",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "621",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "622",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "623",
                "measure": "foreignBidsFromNonEU",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "624",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "625",
                "measure": "bids",
                "value": 2,
                "relatedLot": "2"
            },
            {
                "id": "626",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "2"
            },
            {
                "id": "627",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "628",
                "measure": "foreignBidsFromNonEU",
                "value": 2,
                "relatedLot": "2"
            },
            {
                "id": "629",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "2"
            }
        ]
    }
}