By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Ground Preparation Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Forestry Commission
Forestry Commission, Welsh Government Building, Rhodfa Padarn, Llanbadarn Fawr, Ceredigion
Contact point(s): Procurement Services
SY23 3UR Aberystwyth
UNITED KINGDOM
Telephone: +44 3000680300
E-mail:

Internet address(es):

General address of the contracting authority: http://www.forestry.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Environment
Recreation, culture and religion
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:
Ground Preparation Services.
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: Forestry Commission Land.

NUTS code UKL

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
Number of participants to the framework agreement envisaged: 40

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: 2 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Forestry Commission Wales (FCW) will be awarding a Framework Agreement to one or more suppliers, who are able to provide FCW with trained operators using operational machines, to carry out a range of Ground Preparation techniques.
Due to the specialist nature of the work using various machine operations, FCW intend to award a Framework, divided into four management areas (categories A to D) to provide a flexible contractor base to carry out all aspects of Ground Preparation services.
The scope of the work will be varied with different ground conditions, soils, steepness and mounding methods in each of the four Forest Districts.
This work covers the range of items listed below:
1. Brash Raking/Hinge mounding,
2. Trench Mounding,
3. Bench Mounding,
4. Brash Raking,
5. Construction of ATV tracks,
6. Construction & Maintenance of Drains,
7. Disk trench scarification,
8. Continuous mounding,
9. Walking Excavator.
The framework will have 7 Lots covering the four FCW forest districts.
The intention is make an award to a number of different suppliers.
Community Benefits do not apply to this contract
II.1.6)Common procurement vocabulary (CPV)

77000000, 77200000, 16100000, 77231000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
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:
As this is a Framework, there is no contractual Agreement to spend and the values are indicative only.
Within the Lots there will be a specific number of Areas to deliver the programme. The estimated Areas work programme may be subject to change as exact quantities cannot be guaranteed during the 4 year framework agreement.
Estimated value excluding VAT: 2 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 20.5.2013. Completion 31.3.2017

Information about lots

Lot No: 1 Lot title: Coed y Mynydd FD
1)Short description
Forestry Commission Wales (FCW) will be awarding a Framework Agreement to one or more suppliers, who are able to provide FCW with trained operators using operational machines, to carry out a range of Ground Preparation techniques.
The scope of the work will be varied with different ground conditions, soils, steepness and mounding methods.
This work covers the range of items listed below:
1. Brash Raking/Hinge mounding,
2. Trench Mounding,
3. Bench Mounding,
4. Brash Raking,
5. Construction of ATV tracks,
6. Construction and Maintenance of Drains.
The Areas within this Lot are as follows:
Area 1: Eryri,
Area 2: Coed-y-Brenin,
Area 3: Dyfi,
Area 4: Ceredigion.
2)Common procurement vocabulary (CPV)

77000000, 77200000, 16100000, 77231000

3)Quantity or scope
The Estimated annual Area programme is up to 150 ha each.
Estimated value excluding VAT: 425 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 20.5.2013. Completion 31.3.2017
5)Additional information about lots
Lot No: 2 Lot title: Coed y Gororau FD
1)Short description
Forestry Commission Wales (FCW) will be awarding a Framework Agreement to one or more suppliers, who are able to provide FCW with trained operators using operational machines, to carry out a range of Ground Preparation techniques.
The scope of the work will be varied with different ground conditions, soils, steepness and mounding methods.
This work covers the range of items listed below:
1. Brash Raking/Hinge mounding,
2. Trench Mounding,
3. Bench Mounding,
4. Brash Raking,
5. Construction of ATV tracks,
6. Construction and amp; Maintenance of Drains.
The Areas within this Lot are as follows:
Area 5: Hiraethog,
Area 6: Dyfnant and amp; Banw,
Area 7: Hafren and amp; Sarnau,
Area 8: Ceri and amp; Maesyfed.
2)Common procurement vocabulary (CPV)

77000000, 77200000, 16100000, 77231000

3)Quantity or scope
The estimated annual Area work programme is up to 150 ha each.
Estimated value excluding VAT: 425 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 20.5.2013. Completion 31.3.2017
5)Additional information about lots
Lot No: 3 Lot title: Llanymddyfri FD
1)Short description
Forestry Commission Wales (FCW) will be awarding a Framework Agreement to one or more suppliers, who are able to provide FCW with trained operators using operational machines, to carry out a range of Ground Preparation techniques.
The scope of the work will be varied with different ground conditions, soils, steepness and mounding methods.
This work covers the range of items listed below:
1. Brash Raking/Hinge mounding,
2. Trench Mounding,
3. Bench Mounding,
4. Brash Raking,
5. Construction of ATV tracks,
6. Construction and amp; Maintenance of Drains.
The Areas within this Lot are as follows:
Area 9: Tywi and amp; Cwm Berwyn,
Area 10: Llanymddyfri East,
Area 11: Llanymddyfri West.
2)Common procurement vocabulary (CPV)

77000000, 77200000, 16100000, 77231000

3)Quantity or scope
The estimated annual Area work programme is up to 150 ha each.
Estimated value excluding VAT: 425 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 20.5.2013. Completion 31.3.2017
5)Additional information about lots
Lot No: 4 Lot title: Coed y Cymoedd FD
1)Short description
Forestry Commission Wales (FCW) will be awarding a Framework Agreement to one or more suppliers, who are able to provide FCW with trained operators using operational machines, to carry out a range of Ground Preparation techniques.
The scope of the work will be varied with different ground conditions, soils, steepness and mounding methods.
This work covers the range of items listed below:
1. Brash Raking/Hinge mounding,
2. Trench Mounding,
3. Bench Mounding,
4. Brash Raking,
5. Construction of ATV tracks,
6. Construction and amp; Maintenance of Drains.
The Areas within this Lot are as follows:
Area 12: CYC East,
Area 13: CYC West,
Area 14: Llanwynno.
2)Common procurement vocabulary (CPV)

77000000, 77200000, 16100000, 77231000

3)Quantity or scope
The estimated annual Area work programme is up to 150 ha each.
Estimated value excluding VAT: 425 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 20.5.2013. Completion 31.3.2017
5)Additional information about lots
Lot No: 5 Lot title: Disk Trench Scarification - All Wales
1)Short description
Forestry Commission Wales (FCW) will be awarding a Framework Agreement to one or more suppliers, who are able to provide FCW with trained operators using operational machines, to carry out a range of Ground Preparation techniques.
The scope of the work will be varied with different ground conditions, soils, steepness and mounding methods.
This work covers Disk trench scarification.
Sites are to be disc trenched by powered disk scarifier to achieve rows with a clearly defined shoulder at a spacing of 1.9 metres.
2)Common procurement vocabulary (CPV)

77000000, 77200000, 16100000, 77231000

3)Quantity or scope
The estimated work programme is up to 50 ha.
Estimated value excluding VAT: 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 20.5.2013. Completion 31.3.2017
5)Additional information about lots
Lot No: 6 Lot title: Continuous Mounding - All Wales
1)Short description
Forestry Commission Wales (FCW) will be awarding a Framework Agreement to one or more suppliers, who are able to provide FCW with trained operators using operational machines, to carry out a range of Ground Preparation techniques.
The scope of the work will be varied with different ground conditions, soils, steepness and mounding methods.
This work covers Continuous mounding.
Sites are to be continuously mounded, by purpose built continuous mounder, to achieve rows of consolidated mounds at a spacing of 1.9 metres.
2)Common procurement vocabulary (CPV)

77000000, 77200000, 16100000, 77231000

3)Quantity or scope
The estimated work programme is up to 50 ha.
Estimated value excluding VAT: 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 20.5.2013. Completion 31.3.2017
5)Additional information about lots
Lot No: 7 Lot title: Walking Excavator - All Wales
1)Short description
Forestry Commission Wales (FCW) will be awarding a Framework Agreement to one or more suppliers, who are able to provide FCW with trained operators using operational machines, to carry out a range of Ground Preparation techniques.
The scope of the work will be varied with different ground conditions, soils, steepness and mounding methods.
This work covers Walking Excavator.
Ground preparation combining treatment of brash by raking into narrow windrows of no more than 2m in width, screefing to create weed free planting positions of 1.9m, 2.5m or 3m spacing.
2)Common procurement vocabulary (CPV)

77000000, 77200000, 16100000, 77231000

3)Quantity or scope
The estimated work programme is up to 50 ha.
Estimated value excluding VAT: 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 20.5.2013. Completion 31.3.2017
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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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: (a) is bankrupt or is being wound up, whose affairs are being administered by the courts, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the courts or for an arrangement with creditors or is the subject of any other similar proceeding under national laws or regulations;
(c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(f) where appropriate, an indication of the environmental management measures that would be applied when performing the contract;
(i) details of any intended sub-contracting arrangements.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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: no

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:
FW0027.
IV.3.2)Previous publication(s) concerning the same contract
no
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 participate
15.4.2013 - 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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Buy4Wales Reference Number: 33974.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Head of Procurement
Silvan House, 231 Costorphone Road
EH12 7AT Edinburgh
UNITED KINGDOM
E-mail:
Telephone: +44 1313340303
Internet address: http://www.forestry.gov.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Forestry Commission will apply a standstill period of 15 calendar days minimum between the notification of intention to award and the start of the framework agreement.
The Forestry Commission will give all bidders the opportunity of a debriefing. We provide a formal debrief within 15 calendar days of receiving a request.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
21.2.2013