Tender

Herbage Trials for Value for Cultivation and Use in North East Scotland 2024-2032

SCOTTISH GOVERNMENT

This public procurement record has 1 release in its history.

Tender

04 Apr 2024 at 00:00

Summary of the contracting process

The Scottish Government has published a tender opportunity titled "Herbage Trials for Value for Cultivation and Use in North East Scotland 2024-2032" for the provision of herbage trials in the services category. The procurement stage is currently active, with a tender period ending on 2nd May 2024. The contract value is £165,000 GBP, and the procurement method is an open procedure. The buying organisation is the Scottish Government based in Edinburgh, and the tender is being conducted electronically.

This tender presents an opportunity for businesses involved in agricultural services or scientific research to provide herbage trials for the Scottish Government in North East Scotland. Interested companies must meet specific technical and economic criteria, such as insurance requirements and qualifications related to supply chain management. The contract period spans from 1st July 2024 to 31st December 2032, offering a long-term partnership opportunity for qualified service providers in the agricultural sector.

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

Notice Title

Herbage Trials for Value for Cultivation and Use in North East Scotland 2024-2032

Notice Description

The Scottish Government has a requirement to place a contract with an external service provider for the provision of Herbage Trials for Value for Cultivation and Use in North East Scotland 2024-2032.

Lot Information

Lot 1

The purpose of the Herbage Trials in North East Scotland is 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. The UK National List (NL) system was established in 1973 when EU Directives dealing with the marketing of agricultural and vegetable seeds were implemented in domestic legislation. To be added to a National List a new variety needs to be distinct, stable and sufficiently uniform (DUS) and for agricultural crops, have satisfactory value for cultivation and use (VCU). The trials will be carried out in accordance with the appropriate protocols and procedures approved by the UK National Authorities at that time for herbage, which for the purpose of this contract are Italian Ryegrass, Hybrid Ryegrass, and Red Clover and any other species or species group specified by the National List Seeds Committee/UK National Authorities.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000759282
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR502425
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

73 - Research and development services and related consultancy services

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services


CPV Codes

73100000 - Research and experimental development services

77100000 - Agricultural services

Notice Value(s)

Tender Value
£165,000 £100K-£500K
Lots Value
£165,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Apr 20242 years ago
Submission Deadline
2 May 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Jul 2024 - 31 Dec 2032 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
EDINBURGH
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLM Scotland

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Further Information

Notice Documents

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-r6ebe6-0000759282-2024-04-04T00:00:00Z",
    "date": "2024-04-04T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000759282",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-10",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "buyer",
                "mediationBody",
                "reviewContactPoint"
            ],
            "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": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    }
                ]
            }
        },
        {
            "id": "org-13",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "telephone": "+44 1312252525",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-10"
    },
    "tender": {
        "id": "CASE/690678",
        "title": "Herbage Trials for Value for Cultivation and Use in North East Scotland 2024-2032",
        "description": "The Scottish Government has a requirement to place a contract with an external service provider for the provision of Herbage Trials for Value for Cultivation and Use in North East Scotland 2024-2032.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "77100000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 165000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
        "tenderPeriod": {
            "endDate": "2024-05-02T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-05-02T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR502425",
                "documentType": "contractNotice",
                "title": "Herbage Trials for Value for Cultivation and Use in North East Scotland 2024-2032",
                "description": "The Scottish Government has a requirement to place a contract with an external service provider for the provision of Herbage Trials for Value for Cultivation and Use in North East Scotland 2024-2032.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR502425",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The purpose of the Herbage Trials in North East Scotland is 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. The UK National List (NL) system was established in 1973 when EU Directives dealing with the marketing of agricultural and vegetable seeds were implemented in domestic legislation. To be added to a National List a new variety needs to be distinct, stable and sufficiently uniform (DUS) and for agricultural crops, have satisfactory value for cultivation and use (VCU). The trials will be carried out in accordance with the appropriate protocols and procedures approved by the UK National Authorities at that time for herbage, which for the purpose of this contract are Italian Ryegrass, Hybrid Ryegrass, and Red Clover and any other species or species group specified by the National List Seeds Committee/UK National Authorities.",
                "status": "active",
                "value": {
                    "amount": 165000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2024-07-01T00:00:00Z",
                    "endDate": "2032-12-31T00:00:00Z"
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2024-05-02T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "SPD 4B.5: Insurance Requirements - the bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:",
                    "minimum": "SPD 4B.5.1a: Professional Risk Indemnity 1,000,000 GBP SPD 4B.5.1b: Employer's (Compulsory) Liability Insurance 5,000,000 GBP SPD 4B.5.2: Public Liability: 1,000,000 GBP"
                },
                {
                    "type": "technical",
                    "description": "SPD 4C.4 - The tenderer is required to provide a statement of the relevant supply chain management and/or tracking systems used. SPD 4C.6 - The tenderer must evidence that those responsible for providing advice hold (or be in receipt of prior to contract award) the following qualifications or equivalent. SPD 4C.10 - The tenderer is required to confirm if any sub-contractors will be used in the delivery of the services and provide details of the proportion (i.e percentage) of the contract they intend to subcontract. SPD 4D.2 - The tenderer 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.",
                    "minimum": "SPD 4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. SPD 4C.6 - Basic qualifications at honours degree level in an appropriate subject - Agricultural Science, Plant Science, Biological Science degrees or equivalent - this is for at least the project lead."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "73100000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "The Single Procurement Document (Scotland) is a standard qualification questionnaire supplied by Scottish Ministers for all regulated procurements. The SPD (Scotland) is used to self-certify for the minimum requirements to tender for this contract opportunity and will be scored on a Pass/Fail basis. Each tender will be individually evaluated to identify the most economically advantageous service provider, based on the Price / Quality weightings detailed in this notice. Questions that form the Quality award criteria for each lot will be scored using the following methodology: 0 - Unacceptable; 1 - Poor; 2 - Acceptable; 3 - Good; 4 - Excellent. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26276. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:759282)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000759282"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}