Notice Information
Notice Title
Specialised Peatland Restoration Dynamic Purchasing System (DPS)
Notice Description
FLS is establishing a Dynamic Purchasing System (DPS) for the provision of Specialised Peatland Restoration 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 restoration operations including but not limited to: - Site Rewetting and Associated Services including peatland rewetting and hydrological restoration, hag and gully restoration, and mulching; - Specialised Peatland Harvesting including specialised tree removal for peatland restoration, mechanical mulching, and brash and timber management; - Supporting works including chainsaw works, temporary watercourse crossings, creation of access tracks, and supply and installation of associated materials.
Lot Information
Lot 1
Services as described in Section II.1.4) of the Contract Notice. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: FLS reserves the right to extend the period of the DPS on more than one occasion, by up to an additional total of five years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-069225
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/041382-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Dynamic
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
-
- CPV Codes
77200000 - Forestry services
77300000 - Horticultural services
Notice Value(s)
- Tender Value
- £85,560,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 May 20261 weeks ago
- Submission Deadline
- 1 Jun 20263 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- DPS validity period will be for five years (60 months). FLS reserves the right to extend the period of the DPS on more than one occasion, by up to an additional total of five years (60 months). A retender would need to be published within 12 months before the planned end date.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FORESTRY AND LAND SCOTLAND
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- INVERNESS
- Postcode
- IV3 8NW
- Post Town
- Inverness
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM Scotland
-
- Local Authority
- Highland
- Electoral Ward
- Inverness West
- Westminster Constituency
- Inverness, Skye and West Ross-shire
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-069225-2026-05-06T10:25:44+01:00",
"date": "2026-05-06T10:25:44+01:00",
"ocid": "ocds-h6vhtk-069225",
"description": "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 31791. 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 D - FLS-601-D - Instructions and Terms for Bidders document on PCS-T. (SC Ref:831155)",
"initiationType": "tender",
"tender": {
"id": "FLS-601-D",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Specialised Peatland Restoration Dynamic Purchasing System (DPS)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "77200000",
"description": "Forestry services"
},
"mainProcurementCategory": "services",
"description": "FLS is establishing a Dynamic Purchasing System (DPS) for the provision of Specialised Peatland Restoration 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 restoration operations including but not limited to: - Site Rewetting and Associated Services including peatland rewetting and hydrological restoration, hag and gully restoration, and mulching; - Specialised Peatland Harvesting including specialised tree removal for peatland restoration, mechanical mulching, and brash and timber management; - Supporting works including chainsaw works, temporary watercourse crossings, creation of access tracks, and supply and installation of associated materials.",
"value": {
"amount": 85560000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Services as described in Section II.1.4) of the Contract Notice. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "FLS reserves the right to extend the period of the DPS on more than one occasion, by up to an additional total of five years."
},
"secondStage": {
"minimumCandidates": 20,
"maximumCandidates": 20
},
"selectionCriteria": {
"description": "The envisaged number of candidates above is applicable to the overall DPS. There is no maximum number of candidates as it is a DPS."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "77300000",
"description": "Horticultural services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Minimum levels of insurance cover.",
"minimum": "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-601-D - Instructions and Terms for Bidders document on PCS-T outlines the specific requirements for this question.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "- Technical and Professional Ability - Examples of relevant experience - Qualifications - Relevant Tools, Plant or Technical Equipment - Subcontracting - Health & Safety Quality Assurance - Environmental Management Quality Assurance - Real Living Wage - Community Benefits - Prompt Payment of sub-contractors",
"minimum": "Technical and Professional Ability - Example(s) of relevant experience. Bidders are required to provide at least two examples carried out in the last 3 years that demonstrates relevant experience of both Open Ground works and Forest to Bog works, to deliver the services. (Example(s) from both public and/or private sector customers and clients, including Forestry and Land Scotland, may be provided). Bidders must provide a reference's contact details (FLS reserve the right to contact the referee) for all examples evidenced and provide a certificate of completion or similar completion documentation for any non-FLS examples of experience. Appendix E - Question 4C.1.2 of the FLS-601-D - Instructions and Terms for Bidders document on PCS-T outlines the specific requirements for this question. --- Qualifications. Bidders are required to confirm that they and/or their subcontractor(s) hold, or will have in place prior to commencement of services, the relevant educational and professional qualifications detailed in these Instructions and Terms for Bidders for the tasks/equipment they will be undertaking/operating within Stage 2 Tenders. Appendix E - Question 4C.6 of the FLS-601-D - Instructions and Terms for Bidders document on PCS-T outlines the specific requirements for this question. --- Relevant Tools, Plant or Technical Equipment. Bidders are required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in these Instructions and Terms for Bidders. Appendix E - Question 4C.9 of the FLS-601-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 E - Question 4C.10 of the FLS-601-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 E - Question 4D.1 of the FLS-601-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 E - Question 4D.2 of the FLS-601-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 E - Question 2.1.2 of the statements in relation to Technical Envelope Questions of FLS-601-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 E - Question 2.1.3 of the statements in relation to Technical Envelope Questions of FLS-601-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 E - Question 2.1.5 of the statements in relation to Technical Envelope Questions of FLS-601-D - Instructions and Terms for Bidders document on PCS-T outlines the specific requirements for this question.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasDynamicPurchasingSystem": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2026-06-01T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2026-07-01T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "DPS validity period will be for five years (60 months). FLS reserves the right to extend the period of the DPS on more than one occasion, by up to an additional total of five years (60 months). A retender would need to be published within 12 months before the planned end date."
}
},
"parties": [
{
"id": "GB-FTS-30448",
"name": "Forestry and Land Scotland",
"identifier": {
"legalName": "Forestry and Land Scotland"
},
"address": {
"streetAddress": "Great Glen House, Leachkin Road",
"locality": "Inverness",
"region": "UKM",
"postalCode": "IV3 8NW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Andrew Duncan",
"telephone": "+44 3000676000",
"email": "procurement@forestryandland.gov.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "https://forestryandland.gov.scot",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30371",
"classifications": [
{
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE",
"description": "Body governed by public law"
},
{
"id": "05",
"scheme": "COFOG",
"description": "Environmental protection"
}
]
}
},
{
"id": "GB-FTS-712",
"name": "The Inverness Justice Centre",
"identifier": {
"legalName": "The Inverness Justice Centre"
},
"address": {
"streetAddress": "Longman Road",
"locality": "Inverness",
"postalCode": "IV1 1AH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1463230782",
"email": "inverness@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-30448",
"name": "Forestry and Land Scotland"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000831155"
}
],
"language": "en"
}