Section one: Contracting authority
one.1) Name and addresses
Forestry and Land Scotland
Great Glen House, Leachkin Road
Inverness
IV3 8NW
procurement@forestryandland.gov.scot
Telephone
+44 3000676000
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.forestryandland.gov.scot
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30371
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Worksite Statutory Safety & Temporary Site Signs
Reference number
FLS-1632
two.1.2) Main CPV code
- 03440000 - Forestry products
two.1.3) Type of contract
Supplies
two.1.4) Short description
FLS has a requirement to put in place a contract with an external service provider for the provision of worksite, statutory safety and other temporary signs mainly made of CORREX (corrugated plastic).
The requirement will follow a further competition under the Scottish Government Dynamic Purchasing System; Requirements Reserved for Supported Businesses.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
National
two.2.4) Description of the procurement
FLS intends to award a contract for the printing, production, and delivery of high-quality outdoor temporary site signs, and permanent MTB tile signs under the Scottish Government Supported Business DPS, ref SP-23-011. This contract is intended to ensure consistent quality and timely supply of signage materials to support visitor engagement, site safety, and operational messaging across the FLS estate.
The requirement covers specified Forestry and Land Scotland locations, throughout Scotland. Signage will be delivered to designated delivery points as defined in individual call-off orders. Suppliers must have the capacity to service these locations in line with agreed delivery timescales.
The Contract is anticipated to commence on 05th September 2025 for an initial period of two years (24 months), with the option to extend for up to two additional 12-month periods. The maximum potential contract duration is four years.
two.2.5) Award criteria
Quality criterion - Name: Samples / Weighting: Pass/Fail
Quality criterion - Name: Quality Control / Weighting: 20%
Quality criterion - Name: Order Procedure / Weighting: 20%
Quality criterion - Name: Sustainability & Climate Change / Weighting: 15%
Quality criterion - Name: Fair Work First / Weighting: 5%
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Statutory safety and worksite signage will always be a requirement for FLS operations and therefore a renewal tender will be required. The contract is for an initial period of 24 months with with 2 optional 12 month extensions (48 months total).
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 22
Objective criteria for choosing the limited number of candidates:
All supplier listed under the DPS will be invited to the competition as per the buyers guide.
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.5) Information about reserved contract
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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
15 August 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 August 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: This will be re tendered at the end of the agreement
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 60186. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
(SC Ref:806823)
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