黑料社

Construction Tenders

06 April 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 4th Mar 2026

Tender Details
Referenceocds-h6vhtk-066228
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value£833,333
« Previous Page

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 4th Mar 2026

Tender Details
Referenceocds-h6vhtk-066228
Common Procurement VocabularyRefuse and waste related services
Procurement MethodOpen procedure
Value£833,333

Section I: Contracting authority

I.1) Name and addresses

Forestry and Land Scotland

Great Glen House, Leachkin Road

Inverness

IV3 8NW

Email

procurement [at] forestryandland.gov.scot

Telephone

+44 3000676000

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

Buyer's address

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Environment


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

FLS-1801 Waste Management Services

Reference number

FLS-1801

II.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

II.1.3) Type of contract

Services

II.1.4) Short description

Forestry and Land Scotland requires a national Contract for an all-encompassing waste management service covering the collection and disposal of a wide range of waste types across its sites in Scotland. This includes waste generated from fleet and workshop operations, general waste, recyclable materials, hazardous waste, and specialised services such as skip hire and collections.

II.1.5) Estimated total value

Value excluding VAT: 拢833,333.33

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 44613800 - Containers for waste material
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90510000 - Refuse disposal and treatment
  • 90533000 - Waste-tip management services
  • 90514000 - Refuse recycling services
  • 19640000 - Polythene waste and refuse sacks and bags
  • 44613700 - Refuse skips
  • 90511000 - Refuse collection services
  • 77300000 - Horticultural services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

Forestry and Land Scotland looks after the national forests and land to enhance biodiversity, support tourism, and increase access to the green spaces that will help improve Scotland鈥檚 physical and mental health and well-being. Forestry and Land Scotland also continues to provide vital timber supplies to support a sustainable rural economy. Further information on who the Purchaser is and what it does can be found here:

Forestry and Land Scotland requires a national Contract for an all-encompassing waste management service covering the collection and disposal of a wide range of waste types across its sites in Scotland. This includes waste generated from fleet and workshop operations, general waste, recyclable materials, hazardous waste, and specialised services such as skip hire and collections.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

3 Year contract with optional extension of up to 2 years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) 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.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Key Performance Indicators (KPIs) are detailed in Schedule 1 - Specification, which is one of the document attachments within PCS-Tender.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

10 April 2026

Local time

12:00pm

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

English

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

Duration in months: 5 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

10 April 2026

Local time

12:30pm

Information about authorised persons and opening procedure

Opening of tenders is through PCS-Tender by a FLS Procurement Team member and a full audit trail is maintained.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2031

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Question Scoring Methodology for Technical Criteria:

0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

25 - Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

50 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

75 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

100 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

---

Any tenderer that receives a score of zero (0) or one (1) for any of the Technical Questions will be excluded from the tender.

Any tenderer that receives an overall Technical score below 50% out of 100% will be excluded from the tender.

Tenderers must successfully pass the Pass / Fail questions within the Technical Award Criteria section to proceed to the next phase of the evaluation. Failure to pass these questions will result in disqualification from the procurement process.

---

Relevant links and resources:

The Scottish Government Supplier Journey:

The Supplier Development Programme is available to assist suppliers with public procurement including training events: /

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29980. For more information see:

(SC Ref:824586)

VI.4) Procedures for review

VI.4.1) Review body

Inverness Justice Centre

Longman Road

Inverness

IV1 1AH

Email

inverness [at] scotcourts.gov.uk

Telephone

+44 1463230782

Country

United Kingdom

VI.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.

VI.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 [at] scotcourts.gov.uk

Telephone

+44 312252595

Country

United Kingdom