Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 16th Oct 2025
Reference | ocds-h6vhtk-05ce23 |
Common Procurement Vocabulary | Marine survey services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 16th Oct 2025
Reference | ocds-h6vhtk-05ce23 |
Common Procurement Vocabulary | Marine survey services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
Paul.packett [at] gov.scot
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Ministry or any other national or federal authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
OWD – Study of salmonids migration routes in the rivers of the Forth and Tay region, East Coast of Scotland
Reference number
798091
II.1.2) Main CPV code
- 71354500 - Marine survey services
II.1.3) Type of contract
Services
II.1.4) Short description
The Offshore Wind Directorate requires a suitable contractor to research the potential impacts of offshore wind on migrating salmonids. This research will study salmonids migration routes in the rivers of the Forth and Tay region, East Coast of Scotland. It is expected to focus on rivers designated as Special Areas of Conservation (SAC) such as the Rrivers South Esk, Tay, Forth (Teith) and Tweed through the North sea.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 79311000 - Survey services
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
II.2.4) Description of the procurement
The Offshore Wind Directorate requires a suitable contractor to research the potential impacts of offshore wind on migrating salmonids. This research will study salmonids migration routes in the rivers of the Forth and Tay region, East Coast of Scotland. It is expected to focus on rivers designated as Special Areas of Conservation (SAC) such as the Rrivers South Esk, Tay, Forth (Teith) and Tweed through the North sea.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
17
This contract is subject to renewal
Yes
Description of renewals
There will be an option of a 6 month extension at the discretion of the Scottish Government
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
There will be an option of a 6 month extension at the discretion of the Scottish Government
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria
List and brief description of selection criteria:
4B.4 -The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice.
4B.5 - The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance
cover indicated in the relevant Contract Notice.
Minimum level(s) of standards required:
4B.4 -
Bidders must demonstrate a Current Ratio of no less than 0.8. Current Ratio will be calculated as follows: Total current assets divided by
Total current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
4B.5 -
Professional Risk Indemnity Insurance - 2,000,000 GBP (A sum not less than)
Public Liability Insurance - 5,000,000 GBP (A sum not less than)
Employees Liability Insurance - 5,000,000 GBP (A sum not less than)
III.1.3) Technical and professional ability
List and brief description of selection criteria
List and brief description of selection criteria:
4C.1.1 Tenderers will hold a suitable Home Office Project Licence, and/or an appropriate personal licence under a project licence to enable the surgical implantation of acoustic transmitters.
4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract.
4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm
whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards required:
4C.7 -
Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the
organisation plans to respond to it. This should include details of planned projects and actions to reduce the bidder’s carbon emissions.
4C.10 -
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract
4D.1 Bidders must hold a UKAS or equivalent accredited third party certificates of compliance in accordance with BS EN ISO 19115 or equivalent
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
17 November 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
17 November 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
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
In the event that the contract exceeds the 85,500.00 budget the Scottish Government will have the discretion to increase the budget for additional work that falls within the specification of the contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30321. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish
Ministers’ commitment to contributing to the social, economic & environmental well-being of the people of Scotland.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30321. For more information see:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30321. For more information see:
(SC Ref:810736)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30321. For more information see:
(SC Ref:812515)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Edinburgh
EH11LB
Country
United Kingdom