Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Forestry and Land Scotland
Great Glen House, Leachkin Road
Inverness
IV3 8NW
UK
Telephone: +44 3000676000
E-mail: flexibleprocurement@scotland-excel.org.uk
NUTS: UKM
Internet address(es)
Main address: http://www.forestryandland.gov.scot
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30371
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
FLS-2521 The Supply and Delivery of Grounds and Plant Equipment
II.1.2) Main CPV code
42415110
II.1.3) Type of contract
Supplies
II.1.4) Short description
FLS has a requirement to place a contract with an external service provider for the Supply and Delivery of Grounds and Plant Equipment.
II.1.5) Estimated total value
Value excluding VAT:
248 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
16700000
16710000
42415100
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Delivery to various locations.
II.2.4) Description of the procurement
FLS has a requirement to place a contract with an external service provider for the Supply and Delivery of Grounds and Plant Equipment
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
248 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 3
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employer’s (Compulsory) Liability Insurance, minimum 5M GBP;
Public Liability Insurance, minimum 5M GBP; and
Product Liability Insurance, minimum 5M GBP.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Tenderers are required to provide two (2) examples of contracts delivered within the past three (3) years that demonstrate relevant experience in supplying goods similar in scope, scale, and duration to those described in the Specification.
Examples should include:
- Name of contract or project, with a brief description of the goods supplied and the duration, including start and end dates (month/year) it was carried out or forecast to be completed;
- Name of Client;
- Name and contact details of a Client representative who may be contacted for further information; and
- Brief description of whether the contract was delivered on time and within budget.
Please provide a statement of the relevant supply chain management and/or tracking systems used, as a minimum covering:
- That the bidder has systems in place to monitor and manage supply chain activities, including sourcing, logistics, and delivery;
- That the bidder will ensure prompt payment practices throughout the supply chain, in line with Scottish Government policy;
- That the bidder has appropriate measures in place to identify and mitigate risks of modern slavery and human trafficking, including due diligence and supplier vetting; and
- That the bidder will maintain transparency and traceability across all tiers of the supply chain.
Please provide details of the environmental management measures which the bidder will be able to use when performing the contract:
Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:
- Use of machinery and logistics that minimise carbon emissions and environmental impact;
- Compliance with relevant environmental legislation and standards (e.g. UK Forestry Standard);
- Measures to reduce waste and promote recycling or reuse of packaging; and
- Internal policies or certifications (e.g. ISO 14001) supporting environmental performance.
Please provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract:
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/01/2026
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
16/01/2026
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Scotland Excel (SXL) will be acting on behalf of Forestry and Land Scotland (FLS) in the execution of this procurement exercise but will not be party to the contract or the management of the contract throughout its lifetime.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30362. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefits listed under the technical envelope as part of this tender.
(SC Ref:818437)
VI.4) Procedures for review
VI.4.1) Review body
The Inverness Justice Centre
Longman Road
Inverness
IV1 1AH
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures: An economic operator that suffers, or is at risk of suffering, loss or damage
attributable to a breach of duty under the Public Contracts
(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014 , may bring proceedings in the Sheriff Court or the Court of
Session.
VI.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament House, Parliament Square
Edinburgh
EH1 1RQ
UK
Telephone: +44 312252595
E-mail: supreme.courts@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
15/12/2025