Section one: Contracting authority
one.1) Name and addresses
Forestry and Land Scotland
Great Glen House, Leachkin Road
Inverness
IV3 8NW
Contact
Andrew Duncan
procurement@forestryandland.gov.scot
Telephone
+44 3000676000
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
https://forestryandland.gov.scot
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30371
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Planting Services Dynamic Purchasing System (DPS)
Reference number
FLS-138-D
two.1.2) Main CPV code
- 77200000 - Forestry services
two.1.3) Type of contract
Services
two.1.4) Short description
FLS is establishing a Dynamic Purchasing System (DPS) for the provision of Planting Services across Scotland’s national forests and land.
A Dynamic Purchasing System (DPS) is an electronic system established by a contracting authority to purchase commonly used goods, works or services in accordance with the Public Contracts (Scotland) Regulations 2015. Admittance to a DPS gives participants the opportunity to subsequently bid for relevant future opportunities which are procured through the DPS.
The purpose of the DPS is to provide a compliant route to market for FLS to procure services which are unable to be provided through existing contracts or to replace contracts which have terminated or expired.
The scope of the DPS is primarily for establishment operations including but not limited to:
- Planting
- Beat up
- Weeding
- Top Up Spraying
- Herbicide application
- Fertilising
- Cleaning & Singling
- Respacing
- Brush cutter work
- Chainsaw work
- General Estate Labouring
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Central
Lot No
1
two.2.2) Additional CPV code(s)
- 77300000 - Horticultural services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Appendix D of the FLS-138-D - Instructions and Terms for Bidders document on PCS-T provides a map of the area covered by this lot.
two.2.4) Description of the procurement
Services as described in Section II.1.4) of the Contract Notice.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
1 x 60-month (60 months total)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 20
Objective criteria for choosing the limited number of candidates:
The envisaged number of candidates above is applicable to the overall DPS. Candidates can apply for a single lot, multiple lots, or all lots. There is no maximum number of candidates as it is a DPS.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
North
Lot No
2
two.2.2) Additional CPV code(s)
- 77300000 - Horticultural services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Appendix D of the FLS-138-D - Instructions and Terms for Bidders document on PCS-T provides a map of the area covered by this lot.
two.2.4) Description of the procurement
Services as described in Section II.1.4) of the Contract Notice.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
1 x 60-month (60 months total)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 20
Objective criteria for choosing the limited number of candidates:
The envisaged number of candidates above is applicable to the overall DPS. Candidates can apply for a single lot, multiple lots, or all lots. There is no maximum number of candidates as it is a DPS.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
East
Lot No
3
two.2.2) Additional CPV code(s)
- 77300000 - Horticultural services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Appendix D of the FLS-138-D - Instructions and Terms for Bidders document on PCS-T provides a map of the area covered by this lot.
two.2.4) Description of the procurement
Services as described in Section II.1.4) of the Contract Notice.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
1 x 60-month (60 months total)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 20
Objective criteria for choosing the limited number of candidates:
The envisaged number of candidates above is applicable to the overall DPS. Candidates can apply for a single lot, multiple lots, or all lots. There is no maximum number of candidates as it is a DPS.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
South
Lot No
4
two.2.2) Additional CPV code(s)
- 77300000 - Horticultural services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Appendix D of the FLS-138-D - Instructions and Terms for Bidders document on PCS-T provides a map of the area covered by this lot.
two.2.4) Description of the procurement
Services as described in Section II.1.4) of the Contract Notice.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
1 x 60-month (60 months total)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 20
Objective criteria for choosing the limited number of candidates:
The envisaged number of candidates above is applicable to the overall DPS. Candidates can apply for a single lot, multiple lots, or all lots. There is no maximum number of candidates as it is a DPS.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
West
Lot No
5
two.2.2) Additional CPV code(s)
- 77300000 - Horticultural services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Appendix D of the FLS-138-D - Instructions and Terms for Bidders document on PCS-T provides a map of the area covered by this lot.
two.2.4) Description of the procurement
Services as described in Section II.1.4) of the Contract Notice.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
1 x 60-month (60 months total)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 20
Objective criteria for choosing the limited number of candidates:
The envisaged number of candidates above is applicable to the overall DPS. Candidates can apply for a single lot, multiple lots, or all lots. There is no maximum number of candidates as it is a DPS.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Minimum levels of insurance cover
Minimum level(s) of standards possibly required
It is a requirement of this DPS that bidders hold, or can commit to obtain prior to the commencement of the DPS, the types and levels of insurance indicated below:
- Employer's (Compulsory) Liability: 5 million GBP
- Public Liability: 5 million GBP per occurrence and unlimited in total
Appendix F - Question 4B.5 of the FLS-138-D - Instructions and Terms for Bidders document on PCS-T outlines the specific requirements for this question.
three.1.3) Technical and professional ability
List and brief description of selection criteria
- Technical and Professional Ability - Examples of relevant experience
- Subcontracting
- Health & Safety Quality Assurance
- Environmental Management Quality Assurance
- Real Living Wage
- Community Benefits
- Prompt Payment of sub-contractors
Minimum level(s) of standards possibly required
Technical and Professional Ability – Example(s) of relevant experience
Bidders will be required to provide an example which demonstrates they have the relevant experience to deliver the services. In the example to be provided, bidders are required to provide at least one example carried out in the last 3 years that demonstrates relevant experience to deliver the services. Bidders must provide either a certificate of completion, letter of reference, or reference contact details with their response to this question.
Appendix F - Question 4C.1.2 of the FLS-138-D - Instructions and Terms for Bidders document on PCS-T outlines the specific requirements for this question.
---
Subcontracting
Bidders must confirm whether they intend to subcontract, and if so, for what proportion of each lot.
Appendix F - Question 4C.10 of the FLS-138-D - Instructions and Terms for Bidders document on PCS-T outlines the specific requirements for this question.
---
Health & Safety Quality Assurance
Bidders must confirm that they have EITHER:
- accredited independent third-party certificates for Health and Safety.
OR
- the Health and Safety Procedures requested in the Requirement Note for 4D.1.4.a
Appendix F - Question 4D.1 of the FLS-138-D - Instructions and Terms for Bidders document on PCS-T outlines the specific requirements for this question.
---
Environmental Management Quality Assurance
Bidders must confirm that they have EITHER:
- accredited independent third-party certificates for Environmental Management.
OR
- the Environmental Management Procedures requested in the Requirement Note for 4D.2.a
Appendix F - Question 4D.2 of the FLS-138-D - Instructions and Terms for Bidders document on PCS-T outlines the specific requirements for this question.
---
Real Living Wage
Bidders must confirm whether they pay at least the “Real Living Wage” for workers (including any agency or sub-contractor workers) engaged in the delivery of contracts awarded under this DPS, based in the UK.
Appendix F - Question 2.1.2 of the statements in relation to Technical Envelope Questions of FLS-138-D - Instructions and Terms for Bidders document on PCS-T outlines the definitions of “Real Living Wage” and specific requirements for this question.
---
Community Benefits
Document and confirm that you commit to delivering Community Benefits as required under the DPS.
Appendix F - Question 2.1.3 of the statements in relation to Technical Envelope Questions of FLS-138-D - Instructions and Terms for Bidders document on PCS-T outlines the specific requirements for this question.
---
Prompt Payment of sub-contractors
Bidders must confirm that they will meet the requirements for any sub-contractors used in the delivery of this contract.
Appendix F - Question 2.1.5 of the statements in relation to Technical Envelope Questions of FLS-138-D - Instructions and Terms for Bidders document on PCS-T outlines the specific requirements for this question.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 August 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 October 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: DPS validity period will be for 5 years (60 months) with an optional extension 1 x 5 year (60 months) extension. A retender would need to be published within 12 months before the planned end date.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Where the Bidder relies on the capacities of other entities (i.e. subcontractors and/or consortium members) to meet the selection criteria, they must provide a separate Single Procurement Document (SPD) for each of those entities.
In the event that a Bidder alters its composition during the procurement process (which shall include, but is not limited to, a change in the identity of any entity named in the response whose capacity has been relied upon in responding to the Instructions to Bidders), FLS reserves the right to request that any proposed reconstituted Bidder complete the Qualification Envelope, i.e. Business Probity, Criminal Convictions and Financial Standing for re-evaluation in accordance with the criteria used in relation to the evaluation of the original response.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6670. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Most of the supply base are micro businesses, and the application of the Sub-contract clause may deter contractors from bidding for requirements. Contractors who intend to sub-contract out any portion of the services of a Contract will be required to provide a sub-contractor SPDs for all proposed sub-contractors. The acceptance of any subcontractor(s) will be subject to the approval of FLS.
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:
As requirements to be tendered through the DPS are unknown at this stage, Community Benefits will be expected to be delivered once a contract is awarded through a Stage 2 Tender. The Community Benefits to be delivered under contracts awarded through the DPS will be proportionate to the total awarded annual contract value of the contractor.
The delivery of community benefits will be based on a points system. This system is outlined in the Appendix E - FLS-138-D - Instructions and Terms for Bidders document on PCS-T.
(SC Ref:805214)
six.4) Procedures for review
six.4.1) Review body
The Inverness Justice Centre
Longman Road
Inverness
IV1 1AH
Telephone
+44 1463230782
Country
United Kingdom