Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Drone Training, Support & Maintenance

  • First published: 20 March 2026
  • Last modified: 20 March 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Forestry and Land Scotland
Authority ID:
AA75606
Publication date:
20 March 2026
Deadline date:
29 April 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

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

Coding

Commodity categories

ID Title Parent category
32210000 Broadcasting equipment Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
72300000 Data services IT services: consulting, software development, Internet and support
48614000 Data-acquisition system Database systems
80000000 Education and training services Education
90711500 Environmental monitoring other than for construction Environmental impact assessment other than for construction
77200000 Forestry services Agricultural, forestry, horticultural, aquacultural and apicultural services
38221000 Geographic information systems (GIS or equivalent) Geological prospecting apparatus
72228000 Hardware integration consultancy services Systems and technical consultancy services
77300000 Horticultural services Agricultural, forestry, horticultural, aquacultural and apicultural services
72222300 Information technology services Information systems or technology strategic review and planning services
38115100 Radar surveillance equipment Radar apparatus
38821000 Radio remote-control apparatus Remote-control equipment
32530000 Satellite-related communications equipment Telecommunications equipment and supplies
72227000 Software integration consultancy services Systems and technical consultancy services
72260000 Software-related services Software programming and consultancy services
38126000 Surface observing apparatus Meteorological instruments
38290000 Surveying, hydrographic, oceanographic and hydrological instruments and appliances Geological and geophysical instruments
72254100 Systems testing services Software testing
32412100 Telecommunications network Communications network
32510000 Wireless telecommunications system Telecommunications equipment and supplies

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@forestryandland.gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.