Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) 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 contractFramework 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 framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)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.1.5)Common procurement vocabulary (CPV) II.1.6)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)Lowest offer 23 240 and highest offer 213 300 GBP
Excluding VAT
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of
1. Quality of service. Weighting 20
2. monitor and manage overloading, chain of custody and security issues. Weighting 10
3. consistent level of delivery. Weighting 10
4. price. Weighting 60
IV.2.2)Information about electronic auction
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 Section V: Award of contract
Lot title: Lots 12-17V.1)Date of contract award decision:1.1.2013
V.2)Information about offersNumber of offers received: 5
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenSouth West Lumber
Riddingwood Farm, Kirkmahoe
DG1 1RD Dumfries
UNITED KINGDOM
V.4)Information on value of contract
V.5)Information about subcontracting
Lot title: Lots 13-17V.1)Date of contract award decision:1.1.2013
V.2)Information about offersNumber of offers received: 5
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenAW Jenkinsons Forest Products
Clifton Moor
CA10 2EY Penrith
UNITED KINGDOM
V.4)Information on value of contractIf annual or monthly value:
V.5)Information about subcontracting
Lot title: Lot 12-14V.1)Date of contract award decision:1.1.2013
V.2)Information about offersNumber of offers received: 5
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenSgs Timber Haulage Ltd
Stonehaugh Garage , Stonehaugh Wark
NE48 3DY Hexham
UNITED KINGDOM
V.4)Information on value of contractIf annual or monthly value:
V.5)Information about subcontracting
Lot title: Lots 12-14V.1)Date of contract award decision:1.1.2013
V.2)Information about offersNumber of offers received: 5
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenAnnandale Transport Co.Ltd
Station Yard
DG10 9QU Moffat
UNITED KINGDOM
V.4)Information on value of contractIf annual or monthly value:
V.5)Information about subcontracting
Lot title: Lots 12-17V.1)Date of contract award decision:1.1.2013
V.2)Information about offersNumber of offers received: 5
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenJohn Miller Limited
Kirkburn Industrial Estate
DG11 2FF Lockerbie
UNITED KINGDOM
V.4)Information on value of contractIf annual or monthly value:
V.5)Information about subcontracting
Section VI: Complementary information
VI.1)Information about European Union funds
VI.2)Additional information:Note that Lots 13 and 14 had a start date of 1/1/2013 for 2 years. Lot 12 had a start date of 1/1/13 for a period of 1 year.
(SC Ref:250028).
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal proceduresHead of Procurement
231 Corstorphine Road
Edinburgh
UNITED KINGDOM
E-mail:
VI.3.2)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.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:30.1.2013