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: procurement@forestryandland.gov.scot
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-1801 Waste Management Services
Reference number: FLS-1801
II.1.2) Main CPV code
90500000
II.1.3) Type of contract
Services
II.1.4) Short description
Forestry and Land Scotland requires a national Contract for an all-encompassing waste management service covering the collection and disposal of a wide range of waste types across its sites in Scotland. This includes waste generated from fleet and workshop operations, general waste, recyclable materials, hazardous waste, and specialised services such as skip hire and collections.
II.1.5) Estimated total value
Value excluding VAT:
833 333.33
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34928480
44613800
90000000
90510000
90533000
90514000
19640000
44613700
90511000
77300000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Forestry and Land Scotland looks after the national forests and land to enhance biodiversity, support tourism, and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. Forestry and Land Scotland also continues to provide vital timber supplies to support a sustainable rural economy. Further information on who the Purchaser is and what it does can be found here: https://forestryandland.gov.scot/.
Forestry and Land Scotland requires a national Contract for an all-encompassing waste management service covering the collection and disposal of a wide range of waste types across its sites in Scotland. This includes waste generated from fleet and workshop operations, general waste, recyclable materials, hazardous waste, and specialised services such as skip hire and collections.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
3 Year contract with optional extension of up to 2 years.
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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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:
Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Key Performance Indicators (KPIs) are detailed in Schedule 1 - Specification, which is one of the document attachments within PCS-Tender.
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:
10/04/2026
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
10/04/2026
Local time: 12:30
Information about authorised persons and opening procedure:
Opening of tenders is through PCS-Tender by a FLS Procurement Team member and a full audit trail is maintained.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2031
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
Question Scoring Methodology for Technical Criteria:
0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
25 - Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
50 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
75 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
100 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
---
Any tenderer that receives a score of zero (0) or one (1) for any of the Technical Questions will be excluded from the tender.
Any tenderer that receives an overall Technical score below 50% out of 100% will be excluded from the tender.
Tenderers must successfully pass the Pass / Fail questions within the Technical Award Criteria section to proceed to the next phase of the evaluation. Failure to pass these questions will result in disqualification from the procurement process.
---
Relevant links and resources:
The Scottish Government Supplier Journey: www.supplierjourney.scot
The Supplier Development Programme is available to assist suppliers with public procurement including training events: https://www.sdpscotland.co.uk/
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29980. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:824586)
VI.4) Procedures for review
VI.4.1) Review body
Inverness Justice Centre
Longman Road
Inverness
IV1 1AH
UK
Telephone: +44 1463230782
E-mail: inverness@scotcourts.gov.uk
VI.4.3) Review procedure
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
04/03/2026