The provision of a specialised planning and development design team.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Forestry Commission
Scottish Lowlands District, Five Sisters House, Five Sisters Business Park
For the attention of: Leona Wilkie
EH55 8PN West Calder
UNITED KINGDOM
Telephone: +44 1698222214

Internet address(es):

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11322

Further information can be obtained from: Forestry Commission
Scottish Lowlands District, Five Sisters House, Five Sisters Business Park
For the attention of: Leona Wilkie
EH55 8PN West Calder
UNITED KINGDOM
Telephone: +44 1698222214

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Forestry Commission
Scottish Lowlands District, Five Sisters House, Five Sisters Business Park
For the attention of: Leona Wilkie
EH55 8PN West Calder
UNITED KINGDOM
Telephone: +44 1698222214

Tenders or requests to participate must be sent to: Forestry Commission
Scottish Lowlands District, Five Sisters House, Five Sisters Business Park
For the attention of: Leona Wilkie
EH55 8PN West Calder
UNITED KINGDOM
Telephone: +44 1698222214

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: Forestry
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The provision of a specialised planning and development design team.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Scotland wide.

NUTS code UKM

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 4

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 250 000 and 350 000 GBP
II.1.5)Short description of the contract or purchase(s)
We will be awarding a Framework agreement for the provision of a specialised planning and development design team to provide assistance with the preparation of a number of design outputs such as masterplans, development frameworks, planning briefs, planning applications and indicative layouts for a number of properties/sites throughout the National Forest Estate in Scotland.
FCS is adopting a more strategic and pro-active approach to how we promote and protect our land interests throughout Scotland. As a direct result of this we need a multi-disciplinary design team to assist us with the delivery of the following:
- development frameworks,
- masterplans,
- planning briefs,
- indicative layouts,
- visioning strategies,
- design codes,
- feasibility studies,
- planning applications.
The above list is indicative of the types of projects likely to come forward during the period of the framework, but it is not exhaustive.
The appointed design teams will require the ability to:-.
- quickly establish good working relationships with the local FCS staff,
- provide excellent communication and project management skills,
- engage with a wide range of stakeholders and actively encourage public engagement,
- work with a number of differing land uses such as tourism, residential, etc., and
- work with a range of Local Planning Authorities.
The design teams must be multi-disciplinary with the ability to draw on a range of design, professionals.
II.1.6)Common procurement vocabulary (CPV)

71240000, 71400000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 250 000 and 350 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Delivery payment.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the ITT document.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: All minimum standards and requirements are identified in the ITT document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All minimum standards and requirements are identified in the ITT document.
Minimum level(s) of standards possibly required: All minimum standards and requirements are identified in the ITT document.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
All minimum standards and requirements are identified in the ITT document.
Minimum level(s) of standards possibly required:
All minimum standards and requirements are identified in the ITT document.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SDO22012
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 2.11.2012
IV.3.4)Time limit for receipt of tenders or requests to participate
9.11.2012 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 2016.
VI.2)Information about European Union funds
VI.3)Additional information
(SC Ref:235279).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Head of Procurement
321 Corstorphine Road
EH12 7AT Edinburgh
UNITED KINGDOM
E-mail:

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: FCS will incorporate a minimum of 10 days standstill period once evaluation of the tender submissions has taken place in accordance with the Publis Contract Scotland Reulations 2012.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
12.9.2012