Forestry Commission: Framework for Plant Health Inspection and Survey Services in England, Scotland and Wales

  Forestry Commission is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Framework for Plant Health Inspection and Survey Services in England, Scotland and Wales
Notice type: Contract Notice
Authority: Forestry Commission
Nature of contract: Services
Procedure: Open
Short Description: The Forestry Commission intend to award a framework principally for the provision of a Plant Health Inspection Service for controlled wood, wood products and bark entering Great Britain from abroad in order to protect Britain’s woodlands and trees from harmful pests and diseases. Some survey work is also included in the framework.
Published: 14/09/2018 10:20
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Bristol: Technical inspection services.
Section I: Contracting Authority
      I.1) Name and addresses
             Forestry Commission
             620 Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
             Email: procurement.england@forestry.gsi.gov.uk
             Main Address: www.forestry.gov.uk/selltous
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Bristol:-Technical-inspection-services./X7HZY652PJ
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Framework for Plant Health Inspection and Survey Services in England, Scotland and Wales       
      Reference Number: FEE/0489
      II.1.2) Main CPV Code:
      71631000 - Technical inspection services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Forestry Commission intend to award a framework principally for the provision of a Plant Health Inspection Service for controlled wood, wood products and bark entering Great Britain from abroad in order to protect Britain’s woodlands and trees from harmful pests and diseases. Some survey work is also included in the framework.       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Highland and Grampian (Port inspection work)       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71631000 - Technical inspection services.
      
      II.2.3) Place of performance:
      UKM6 Highlands and Islands
      
      II.2.4) Description of procurement: This lot is for the plant health inspection service of controlled wood products into the principle ports of Inverness, Aberdeen and Montrose.

The contract area includes the following local government districts- Highland, Moray, Aberdeenshire, Aberdeen City, Angus.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 12,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Central Scotland (port inspection work)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71631000 - Technical inspection services.
      
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: This lot is for the plant health inspection service of controlled wood products into the principle ports Grangemouth and Greenock.

The contract area includes the following local government districts- Perth and Kinross , Fife, Stirling, Dundee City, Clackmannanshire, West Dunbartonshire, East Dunbartonshire, North Lanarkshire, Renfrewshire, East Renfrewshire, Glasgow City, Falkirk, South Lanarkshire, West Lothian, City of Edinburgh, Midlothian, East Lothian, Scottish Borders and Dumfries and Galloway, East Ayrshire and South Ayrshire, North Ayrshire and Inverclyde.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 88,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Scotland except for West of Scootland (Protected Zone survey work)       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71355000 - Surveying services.
      
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: This lot does not include any port inspection work. The lot is principally for placing, preparing and maintaining Protected Zone plot traps.
The contract area includes the following local government districts- Highland (and excludes any work associated with Phytophthora ramorum Licensing and Audit inspections in the Highland area), Moray, Aberdeenshire, Aberdeen City, Angus, Perth and Kinross , Stirling , Fife, Dundee City , Clackmannanshire, East Dunbartonshire , West Dunbartonshire, North Lanarkshire, Renfrewshire, East Renfrewshire, Glasgow City, Falkirk, West Lothian, City of Edinburgh, Midlothian, East Lothian, East Ayrshire, South Lanarkshire, South Ayrshire, Scottish Borders, Dumfries and Galloway, Inverclyde and North Ayrshire.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 67,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: West of Scotland       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      77610000 - Trapping services.
      
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: The lot area includes the following local government districts - Argyll and Bute, North and South Ayrshire, Inverclyde, West Dunbartonshire, Stirling, Perth and Kinross, Highland. The only areas where Phytophthora ramorum Licensing and Audit inspections will be carried out are Argyll and Bute and Highland.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 94,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: North West England and North Wales       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      71631000 - Technical inspection services.
      
      II.2.3) Place of performance:
      UKL WALES
      UKD NORTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: This lot is for the plant health inspection service of controlled wood products into the principle ports around the Dee river estuary and Liverpool.

The contract area includes the following unitary authority areas - Carlisle, Allerdale, Copeland, Eden, South Lakeland, Lancaster, Craven, Wyre, Ribble Valley, Blackpool, Fylde, Preston, South Ribble, Blackburn with Darwen, Hyndburn, Rossendale, Burnley, Pendle, Bolton, Bury, Rochdale, West Lancashire, Liverpool, Knowsley, St. Helens, Halton, Warrington, Trafford, Salford, Manchester, Tameside, Stockport, Chorley, Sefton, Wirral, Wigan, Oldham, Bradford, Leeds, Wakefield, Kirklees, Cheshire East, Chester West and Chester, Flintshire, Denbighshire, Conwy, Isle of Anglesey, Gwynedd, Calderdale and Wrexham
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 306,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: North East England       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      71631000 - Technical inspection services.
      
      II.2.3) Place of performance:
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: This lot includes the plant health inspection service of controlled wood products into the principle ports of Teesport, Seaham, Hartlepool, Port of Sunderland and the Port of Tyne.

The contract area includes the following unitary authority areas - Northumberland, Newcastle upon Tyne, North Tyneside, Stockton on Tees, Middlesbrough, South Tyneside, Gateshead, Sunderland, County Durham, Hartlepool, Redcar and Cleveland, Darlington, Scarborough, Ryedale, Hambleton, Harrogate, Richmondshire
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 134,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Humber       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      71631000 - Technical inspection services.
      
      II.2.3) Place of performance:
      UKE YORKSHIRE AND THE HUMBER
      
      II.2.4) Description of procurement: This lot includes the plant health inspection service of controlled wood products into the principle ports of Hull, Barrowhaven, Flixsborough, Grove, Keadby, Grimsby, New Holland, Goole, and Immingham.

The lot area includes the local government districts of North East Lincolnshire, North Lincolnshire, City of Kingston Upon Hull, East Riding of Yorkshire, York, Selby, Doncaster, West Lindsey, East Lindsey, North Kesteven South Kesteven, Lincoln,
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 168,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 8
      
      II.2.1) Title: North and South Thames       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      71631000 - Technical inspection services.
      
      II.2.3) Place of performance:
      UKI6 Outer London – South
      UKI5 Outer London – East and North East
      UKI7 Outer London – West and North West
      
      II.2.4) Description of procurement: This lot includes the plant health inspection service of controlled wood products into the principle ports of Tilbury, London Gateway and Thamesport.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 112,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 9
      
      II.2.1) Title: Anglia       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      71631000 - Technical inspection services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      
      II.2.4) Description of procurement: This lot involves the plant health inspection service of controlled wood products into the principle ports of Felixstowe and Harwich.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 324,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 10
      
      II.2.1) Title: Solent       
      Lot No: 10       
      II.2.2) Additional CPV codes:
      71631000 - Technical inspection services.
      
      II.2.3) Place of performance:
      UKK21 Bournemouth and Poole
      UKJ32 Southampton
      
      II.2.4) Description of procurement: This lot involves plant health inspection service of controlled wood products into the principle ports of Poole, Southampton and Shoreham. The lot area includes the following counties of:
West Sussex, Hampshire, West Berkshire, Oxfordshire (part only), Dorset (part only, Wiltshire (part only), Greater London (prt only).
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 303,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 11
      
      II.2.1) Title: Avonmouth (Severn) and South Wales       
      Lot No: 11       
      II.2.2) Additional CPV codes:
      71631000 - Technical inspection services.
      
      II.2.3) Place of performance:
      UKG11 Herefordshire, County of
      UKG22 Shropshire CC
      UKG12 Worcestershire
      UKK23 Somerset
      UKK13 Gloucestershire
      
      II.2.4) Description of procurement: This lots includes the plant health inspection service of controlled wood products into the principle ports of Portbury, Cardiff, Newport, Swansea, Barry and Avonmouth.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 107,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 12
      
      II.2.1) Title: South West England       
      Lot No: 12       
      II.2.2) Additional CPV codes:
      71631000 - Technical inspection services.
      
      II.2.3) Place of performance:
      UKK SOUTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: This lot includes the plant health inspection service of controlled wood products into the principle ports of Plymouth, Par, and Fowey.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 36,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 13
      
      II.2.1) Title: South Central England       
      Lot No: 13       
      II.2.2) Additional CPV codes:
      71631000 - Technical inspection services.
      
      II.2.3) Place of performance:
      UKG24 Staffordshire CC
      UKG13 Warwickshire
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKE3 South Yorkshire
      UKG3 West Midlands
      UKF1 Derbyshire and Nottinghamshire
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: There are no principle ports in this contract as the lot is land locked. This area has not previously been the subject of a Forestry Commission contract for plant health inspection work and is a new geographical lot for this framework.
Anticipated work includes:
•Phytophthora ramorum processor authorisation visits and audits
•Inspection of imports of firewood at the first point of destination under the statutory notification scheme for firewood
•Inspections of export goods in relation to issuing export phytosanitary certificates
•Visits to logistic premises to check compliance of imported wood packaging materia
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 50,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 36           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2018/S 37 - 80640       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 07/11/2018 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 07/11/2018
         Time: 13:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To gain full access to the tender documentation you need to log in to our e-sourcing system. This can be done by using existing Delta eSourcing registration details or by registering via www.forestry.gov.uk/selltous if you have not registered before. Registration is free.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://forestrycommission.delta-esourcing.com/tenders/UK-UK-Bristol:-Technical-inspection-services./X7HZY652PJ

To respond to this opportunity, please click here:
https://forestrycommission.delta-esourcing.com/respond/X7HZY652PJ
   VI.4) Procedures for review
   VI.4.1) Review body:
             Forestry Commission
       Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Chartered Institute of Arbitrators
          Bloomsbury Square, London, WC1A 2LP, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 14/09/2018

Annex A


View any Notice Addenda

View Award Notice