Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Portfolio of Compensatory Measures for Seabirds

  • First published: 12 May 2025
  • Last modified: 12 May 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-050eb1
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
12 May 2025
Deadline date:
09 June 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Scottish Government has a requirement to place a contract(s) with an external service provider for the provision of OWD –Portfolio of Compensatory Measures for Seabirds.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

UK

E-mail: Paul.packett@gov.scot

NUTS: UKM

Internet address(es)

Main address: http://www.scotland.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

I.2) 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:

www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Portfolio of Compensatory Measures for Seabirds

Reference number: CASE/759915

II.1.2) Main CPV code

79311000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Scottish Government has a requirement to place a contract(s) with an external service provider for the provision of OWD –Portfolio of Compensatory Measures for Seabirds.

II.1.5) Estimated total value

Value excluding VAT: 330 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Predator control and biosecurity

II.2.2) Additional CPV code(s)

71355000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Lot 1

Predator control and biosecurity

Identify key actions.

Consider both invasive non-native (e.g. American mink, brown rats, other predators) and native (e.g. fox, hedgehog) mammal predator control and/or exclusion.

Where appropriate, avian predator control and/or exclusion should also be considered.

Consider both mainland and island colonies (not restricted to Scotland).

Detail a comprehensive biosecurity programme at appropriate spatial and temporal scales.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 80 000.00  GBP

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

Start: 14/07/2025

End: 21/11/2025

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend the contract by a further 4.5 months at the discretion of the Scottish Government

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 2

II.2.1) Title

Habitat management and restoration

II.2.2) Additional CPV code(s)

79311000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Lot 2

Habitat management and restoration

Identify key actions required to deliver a programme of seabird habitat enhancement and restoration across land and sea to improve nesting and prey supporting habitats.

The implementation roadmap for this measure will build upon, but not be limited to, potential habitat management options identified by work being led by NatureScot and RSPB. This work will be provided to the successful contractor upon project inception.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 60 000.00  GBP

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

Start: 14/07/2025

End: 21/11/2025

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend the contract by a further 4.5 months at the discretion of the Scottish Government

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 3

II.2.1) Title

Fisheries management compensatory measures

II.2.2) Additional CPV code(s)

79311000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Lot 3

Fisheries management compensatory measures

Identify key actions.

Consider potential fisheries closures/management, fisheries by-catch management and aquaculture.

Consider outputs of the Defra clean catch programme when available.

Consider just transition approaches and ensuring fairness for fishers in the implementation of fisheries management compensatory measures.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 70 000.00  GBP

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

Start: 14/07/2025

End: 21/11/2025

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend the contract by a further 4.5 months at the discretion of the Scottish Government.

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 4

II.2.1) Title

Restore and enhance supporting prey habitats

II.2.2) Additional CPV code(s)

79311000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Lot 4

Restore and enhance supporting prey habitats

Identify key actions.

Focus on marine habitats relevant to seabird prey e.g. seagrass meadows, kelp forest.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 60 000.00  GBP

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

Duration in months: 6

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend the contract by a further 6 months at the discretion of the Scottish Government

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 5

II.2.1) Title

Marine litter removal (at scale)

II.2.2) Additional CPV code(s)

79311000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Lot 5

Marine litter removal (at scale)

Identify key actions to minimise incidental seabird mortality and that specifically reduce sources of litter that impact on seabird survival and resilience.

Consider litter from both domestic (e.g. dropped litter) and industrial sources (e.g. fishing nets).

Consider prevention actions that could support delivery of this measure.

Consider removal from terrestrial (breeding sites, beaches) and marine (seabird foraging areas) habitats.

We anticipate that to be effective this measure would need to implemented at a large spatial scale, consider the appropriate spatial scales for implementation of this measure.

Also consider just transition approaches in implementation and alignment with the Scottish Marine Litter Strategy.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 60 000.00  GBP

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

Duration in months: 6

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend the contract by a further 6 months at the discretion of the Scottish Government

II.2.9) Information about the limits on the number of candidates to be invited

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

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.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


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 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: 09/06/2025

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 09/06/2025

Local time: 12:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

In the event that the contract exceeds the 330,000.00 budget the Scottish Government will have the discretion to increase the

budget.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29196. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

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 29196. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:798202)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Edinburgh

EH11LB

UK

VI.5) Date of dispatch of this notice

08/05/2025

Coding

Commodity categories

ID Title Parent category
79311000 Survey services Market research services
71355000 Surveying services Engineering-related scientific and technical services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Paul.packett@gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.