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: https://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
Drone Training, Support & Maintenance
Reference number: 519
II.1.2) Main CPV code
77300000
II.1.3) Type of contract
Services
II.1.4) Short description
Forestry and Land Scotland (the Purchaser) look 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. The Authority also continues to provide vital timber supplies to support a sustainable rural economy. Further information on who the Authority is and what it does can be found here: https://forestryandland.gov.scot/.
The Purchaser has a requirement to place a contract with an external Service Provider for the provision of Drone Training, Support & Maintenance services of their drone resource (Pilots & Drones).
The Purchaser currently have a number of General Visual Line of Sight Certification (GVC) and A2 Certificate of Competency (A2 CoC). We have an accountable manager and a third-party agency who provide support including managing our Operations Manual. However, going forward the Purchaser plan to carry out their future in-house drone operations in the Open Category. This is due to the majority of its drone operations posing no/low risk to people. As such, there is no CAA operational authorisation or Operations Manual required. FLS currently has a total of thirty-three (33) drones, and it is anticipated this will increase over the duration of the contract period.
The Purchaser is looking for a Service Provider to deliver the following aims:
* Training: provision of A2 CoC with an additional practical, flight skills element.
* Support which will take a number of forms:
- Be the first point of contact for the Purchasers pilots and prospective pilots with queries relating to drones;
- checking contractor documentation and certification;
- conducting flight skills tests where judged necessary;
- Production of Standard Operating Procedures and support materials;
- Attending bi-annual all-pilot meetings;
- Emergency support in event of accidents and incidents.
* Maintenance: carry out maintenance on the FLS drone fleet.
A breakdown of what the Purchaser seeks to achieve through the main aims outlined above is detailed within the tender documentation.
Please Note:
The principal Service Provider must be a Recognised Assessment Entity (RAE) to be eligible to submit a tender for this opportunity.
If your organisation currently holds any Contract, Framework Agreement, or any other Agreement with the Purchaser that involves drone operations (excluding the purchase of drones & hardware), you are not eligible to submit a tender for this opportunity. This includes any persons of significant control within your organisation who may be affiliated to any other organisations who hold any contractual agreements for the provision of drone operations with FLS.
Similarly, if you are awarded a contract through this tender process, you will not be eligible to submit tenders for any future opportunities related to drone operations whilst you hold that agreement.
The contract will be for a period of thirty-six (36) months (three (3) years) with the option to extend up to an additional twenty-four (24) months (two (2) year).
II.1.5) Estimated total value
Value excluding VAT:
150 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
77200000
32210000
32412100
32510000
32530000
38115100
38126000
38221000
38290000
38821000
48614000
72222300
72227000
72228000
72254100
72260000
72300000
90711500
80000000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Forestry and Land Scotland (the Purchaser) currently have a number of General Visual Line of Sight Certification (GVC) and A2 Certificate of Competency (A2 CoC). The Purchaser have an accountable manager and a third-party agency who provide support including managing our Operations Manual. However, going forward the Purchaser plan to carry out their future in-house drone operations in the Open Category. This is due to the majority of its drone operations posing no/low risk to people. As such, there is no CAA operational authorisation or Operations Manual required. The Purchaser currently has a total of thirty-three (33) drones, and it is anticipated this will increase over the duration of the contract period.
The Purchaser is looking for a Service Provider to deliver the following aims:
* Training: provision of A2 CoC with an additional practical, flight skills element.
* Support which will take a number of forms:
- Be the first point of contact for the Purchasers pilots and prospective pilots with queries relating to drones;
- checking contractor documentation and certification;
- conducting flight skills tests where judged necessary;
- Production of Standard Operating Procedures and support materials;
- Attending bi-annual all-pilot meetings;
- Emergency support in event of accidents and incidents.
* Maintenance: carry out maintenance on the Purchasers drone fleet.
II.2.5) Award criteria
Criteria below:
Quality criterion: Delivery of Service
/ Weighting: 35%
Quality criterion: Emergency Support & incident Response
/ Weighting: 20%
Quality criterion: Annual Drone Maintenance & Certification
/ Weighting: 20%
Quality criterion: Audit Delivery & Methodology
/ Weighting: 20%
Quality criterion: Fair Work First
/ Weighting: 5%
Quality criterion: Prompt Payment in the Supply Chain
/ Weighting: Pass/Fail
Quality criterion: Accredited Living Wage Employer
/ Weighting: Info Only
Quality criterion: Construction Industry Scheme (CIS)
/ Weighting: Info Only
Quality criterion: Appendices
/ Weighting: Mandatory
Quality criterion: Real Living Wage
/ Weighting: Pass/Fail
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
150 000.00
GBP
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:
Initial 36 months (3-years) with the option to extend up to a further 24 months (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:
Please see attached SPD statements as Annex B - Selection and Award Criteria of the 519 Invitation to Tender (ITT) document, which is one of the document attachments making up the tender pack within PCS-Tender.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Please see attached SPD statements as Annex B - Selection and Award Criteria of the 519 Invitation to Tender (ITT) document, which is one of the document attachments making up the tender pack within PCS-Tender.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please see attached SPD statements as Annex B - Selection and Award Criteria of the 519 Invitation to Tender (ITT) document, which is one of the document attachments making up the tender pack within PCS-Tender.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Key Performance Indications (KPIs) are detailed in Schedule 1, Part B of the 519 T&Cs document, which is one of the document attachments making up the tender pack 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:
29/04/2026
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
29/04/2026
Local time: 13:00
Place:
This will be done at a private residence with no public access.
Information about authorised persons and opening procedure:
Opening of tenders is through PCS-Tender by an FLS Procurement Specialist 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:
Summer 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 bidder that receives a score of ONE or LESS for one or more for the lot specific technical questions will be excluded from the tender.
Any bidder that receives a total technical score below 50% out of 100% will be excluded from the tender.
Please refer to Section 7.3 519 T&Cs document, which in one of the document attachments making up the tender pack within PCS-Tender, for a full list of operational reasons for modification.
The Scottish Government Supplier Journey: www.supplierjourney.scot
The Buyer Help and Guidance on PCS-T here: https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/buyerhelp.html
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 31345. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:825975)
VI.4) Procedures for review
VI.4.1) Review body
The 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 1312252595
E-mail: supreme.courts@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
19/03/2026