Tender

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

  • Forestry and Land Scotland

F02: Contract notice

Notice identifier: 2025/S 000-057743

Procurement identifier (OCID): ocds-h6vhtk-059d39

Published 18 September 2025, 2:24pm



Section one: Contracting authority

one.1) Name and addresses

Forestry and Land Scotland

Great Glen House, Leachkin Road

Inverness

IV3 8NW

Email

flexibleprocurement@scotland-excel.org.uk

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.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

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

two.1.2) Main CPV code

  • 16340000 - Harvesting and threshing machinery

two.1.3) Type of contract

Supplies

two.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.

two.1.5) Estimated total value

Value excluding VAT: £2,100,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 16300000 - Harvesting machinery
  • 77300000 - Horticultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Delivery to various locations.

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £2,100,000

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

Duration in months

6

This contract is subject to renewal

No

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

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.

three.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:


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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

20 October 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

20 October 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

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)

six.4) Procedures for review

six.4.1) Review body

The Inverness Justice Centre

Longman Road

Inverness

IV1 1AH

Country

United Kingdom

six.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.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

Email

supreme.courts@scotcourts.gov.uk

Telephone

+44 312252595

Country

United Kingdom