Tender

Planting Services Dynamic Purchasing System (DPS)

  • Forestry and Land Scotland

F02: Contract notice

Notice identifier: 2025/S 000-070352

Procurement identifier (OCID): ocds-h6vhtk-05d8b1

Published 3 November 2025, 10:34am



Section one: Contracting authority

one.1) Name and addresses

Forestry and Land Scotland

Great Glen House, Leachkin Road

Inverness

IV3 8NW

Email

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

Forestry and Land Scotland has established a Dynamic Purchasing System (DPS) for the provision of Planting Services across Scotland’s national forests and land, which commenced 13th October 2025.

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 replace Planting Services and Maintenance contracts upon their expiration or termination. This is expected to consist of a range of long-term contracts for programmed requirements but will be used for short-term contracts when required. This DPS will not be used as a route to market for any other reason but may be used to procure innovative services related to the subject matter.

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.

Parties who request to be admitted to the DPS will have their submissions evaluated by FLS within 10 working days of submission (this deadline could be extended to a maximum of 15 working days in individual cases), and if successful, will be admitted to the DPS thereafter.

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: 30

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. The envisaged number of candidates per lot is between 10 and 20. 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: 30

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. The envisaged number of candidates per lot is between 10 and 20. 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: 30

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. The envisaged number of candidates per lot is between 10 and 20. 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: 30

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. The envisaged number of candidates per lot is between 10 and 20. 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: 30

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. The envisaged number of candidates per lot is between 10 and 20. 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.1.8) 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

11 October 2030

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

14 October 2030

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: 11 October 2030


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 is for 5 years (60 months) from 13th October 2025, 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 29609. 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:814421)

six.4) Procedures for review

six.4.1) Review body

The Inverness Justice Centre

Longman Road

Inverness

IV1 1AH

Email

inverness@scotcourts.gov.uk

Telephone

+44 1463230782

Country

United Kingdom

six.4.3) Review procedure

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 1312252595

Country

United Kingdom