Tender

ARE - Scottish Land Matching Service

  • Scottish Government

F02: Contract notice

Notice identifier: 2025/S 000-069714

Procurement identifier (OCID): ocds-h6vhtk-058f87

Published 30 October 2025, 12:38pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Contact

Sarah Galloway

Email

sarah.galloway2@gov.scot

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ARE - Scottish Land Matching Service

Reference number

CASE/794500

two.1.2) Main CPV code

  • 77100000 - Agricultural services

two.1.3) Type of contract

Services

two.1.4) Short description

Seeking a supplier to deliver the Scottish Land Matching Service (SLMS). The SLMS will provide confidential, independent, impartial facilitation of bespoke joint-ventures, leasing or tenancy arrangements, succession planning, keeping farmers/crofters involved but to reduce practical activities and providing new opportunities for young or new entrants through Scottish agricultural businesses.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The service should provide comprehensive support to the development of business relationships between land providers and land seekers.

The underlying purpose of the service is to improve succession arrangements, increase opportunities and facilitate increased access to land to support the incoming of the next generation of farmers and to ensure land remains productive.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

Start date

15 January 2026

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

The contract has an optional extension period of 12 months up until 31 March 2028.

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

Financial Ratio - The Current Ratio will be calculated as follows: net current assets divided by net current liabilities.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

Insurance - Bidders must confirm they already have or commit to obtain the levels of insurance indicated as follows; Public Liability, Professional Risk Indemnity, Employer's (Compulsory) Liability.

Minimum level(s) of standards possibly required

Bidders must demonstrate a Current Ratio of greater than 1.

Bidders must confirm they already have or commit to obtain the levels of insurance indicated as follows; Public Liability 5 Million GBP, Professional Risk Indemnity 2 Million GBP, Employer's (Compulsory) Liability in accordance with any legal obligation for the time being in force.


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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-052071

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 December 2025

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 1 May 2026

four.2.7) Conditions for opening of tenders

Date

1 December 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

SPD (Scotland) will be scored on a pass/ fail basis.

Bidders must download and complete a separate SPD (Scotland) form for any subcontractors involved in the delivery of this service.

List and brief description of selection criteria:

Part 2A-D - Information about the bidder, Form of participation, Reliance on other entities, Subcontractors

Part 3A-D - Grounds relating to criminal convictions, Payment of taxes, Blacklisting, Social/ Labour Law, Bankruptcy and Insolvency, Creditors, Liquidation, Professional misconduct, Conflicts of interest.

Part 4A-C - Professional Registers, Services contracts, Economic and financial standing, Subcontracting, Professional Accreditation, Supply Chain Management/ Tracking Systems used, Environmental management measures.

Please access invitation to tender documents via Public Contracts Scotland (Tender) via the following code - Project Code 30481/ ITT Code 61427.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project Code is 30481 and ITT Code 61427. 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/.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30481. 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 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:

(SC Ref:814336)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom