Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Forestry Commission
Forest Enterprise, South Scotland
For the attention of: Derek Douglas
DG1 1NP Dumfries
UNITED KINGDOM
Telephone: +44 1387272440
E-mail:
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
Forest Enterprise, South Scotland
For the attention of: Derek Douglas
DG1 1NP Dumfries
UNITED KINGDOM
Telephone: +44 1387272440
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Forest Enterprise
Forest Enterprise, South Scotland
For the attention of: Derek Douglas
DG1 1NP Dumfries
UNITED KINGDOM
Telephone: +44 1387272440
E-mail:
Tenders or requests to participate must be sent to: Forest Enterprise
Forest Enterprise, South Scotland
For the attention of: Derek Douglas
DG1 1NP Dumfries
UNITED KINGDOM
Telephone: +44 1387272440
E-mail:
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityOther: Forestry
I.4)Contract award on behalf of other contracting authoritiesThe 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:Framework Agreement for the haulage of round timber in Scotland.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 2: Land transport services [2], including armoured car services, and courier services, except transport of mail
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 agreementFramework agreement with several operators
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in months: 36
II.1.5)Short description of the contract or purchase(s)We will be setting up a framework agreement for the haulage of round timber from FC land from all Operational Areas to various mills in South Scotland and the North of England as outlined in the details attached.
There are various Lots available to bid for.
Forestry Commission Scotland would require the successful tenderer(s) to embrace the use of our mobile phone system and/or use of the internet portal to obtain PIN numbers for the despatch of timber.
All services provided must comply with UKWAS standards, the 4th Edition of the Roundwood Haulage Code of Practice, FC despatch procedures and all other relevant Environmental / Health and Safety Legislation.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Each approximate Lot value is identified in the Invitiation To Tender documentation.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)
Information about lots
Lot No: 12 Lot title: Dumfries & Borders, Egger Hexham1)Short descriptionDumfries & Borders, Egger Hexham.
2)Common procurement vocabulary (CPV) 3)Quantity or scope10000t
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 13 Lot title: Dumfries & Borders, Eon Lockerbie1)Short descriptionDumfries & Borders, Eon Lockerbie.
2)Common procurement vocabulary (CPV) 3)Quantity or scope15000t
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 14 Lot title: Dumfries & Borders, Eon Lockerbie1)Short descriptionDumfries & Borders, Eon Lockerbie.
2)Common procurement vocabulary (CPV) 3)Quantity or scope15000t
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 15 Lot title: Galloway, Caledonian, Irvine1)Short descriptionGalloway, Caledonian, Irvine.
2)Common procurement vocabulary (CPV) 3)Quantity or scope54100t
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 16 Lot title: Galloway, Egger Barony1)Short descriptionGalloway, Egger Barony.
2)Common procurement vocabulary (CPV) 3)Quantity or scope24200t
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 17 Lot title: Galloway, Woodfuel Irvine1)Short descriptionGalloway, Woodfuel Irvine.
2)Common procurement vocabulary (CPV) 4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
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:All relevant details are provided within the ITT document.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: All minimum standards and requirements are identified in the ITT.
III.2.2)Economic and financial abilityMinimum level(s) of standards possibly required: All minimum standards and requirements are identified in the ITT.
III.2.3)Technical capacityMinimum level(s) of standards possibly required:
All minimum standards and requirements are identified in the ITT.
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 serviceLegal 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 procedureOpen
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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate19.11.2012 - 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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis 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:240213).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresHead of Procurement
231 Corstorphine Road
Edinburgh
UNITED KINGDOM
E-mail:
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The FC will incoporate a minimum 10 say standstill period when the preffered bidders are announced as per the Requirements identified in Puclic Contract Scotland regulations 2012 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:26.9.2012