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

FLS-1886 The Supply and Delivery of Harvester and Forwarder Machinery

  • First published: 19 September 2025
  • Last modified: 19 September 2025
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-059d39
Published by:
Forestry and Land Scotland
Authority ID:
AA75606
Publication date:
19 September 2025
Deadline date:
20 October 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

FLS has a requirement to place a contract with an external service provider for the Supply and Delivery of Harvester and Forwarder Machinery.

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: 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-1886 The Supply and Delivery of Harvester and Forwarder Machinery

II.1.2) Main CPV code

16340000

 

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 Harvester and Forwarder Machinery.

II.1.5) Estimated total value

Value excluding VAT: 2 100 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

16300000

77300000

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 Harvester and Forwarder Machinery.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.6) Estimated value

Value excluding VAT: 2 100 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 6

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: 20/10/2025

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: 20/10/2025

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 30091. 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:809945)

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

18/09/2025

Coding

Commodity categories

ID Title Parent category
16340000 Harvesting and threshing machinery Harvesting machinery
16300000 Harvesting machinery Agricultural machinery
77300000 Horticultural services Agricultural, forestry, horticultural, aquacultural and apicultural services

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:
flexibleprocurement@scotland-excel.org.uk
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.