Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Contact person: Laura Vivian
Telephone: +44 412425466
E-mail: Laura.Vivian@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.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
ENFOR - Scottish Coastal LiDAR Survey
Reference number: CASE/787746
II.1.2) Main CPV code
71354200
II.1.3) Type of contract
Services
II.1.4) Short description
In support of the Scottish Government’s commitments within the Scottish National Adaptation Plan 3 (https://adaptation.scot/about/about-the-scottish-governments-national-adaptation-plan-snap3/) we are commissioning airborne LiDAR surveys of Scotland’s coastal zone, including the intertidal area.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
587 542.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
71351100
71350000
71351200
71351911
71351900
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
We require LiDAR survey outputs for the proposed survey areas, which will be detailed within the specification, including LAS files, Digital Surface Models, Digital Terrain Models and associated QA assurance statements. The Areas of Interest define the anticipated extent of the LiDAR survey.
These extend over multiple geographic areas, as defined within the specification.
We anticipate that the surveys will need to be phased to coincide with appropriate low tide conditions. We anticipate that ‘standard LiDAR sensor’ will be used, though if the contractor proposed to use Green LiDAR / Marine LiDAR to deliver the same outputs whilst the tide is in, then we remain open to these approaches. Given the expansive areas, we do not expect UAV/Drone surveys to be appropriate.
II.2.5) Award criteria
Quality criterion: Understanding of the Requirement
/ Weighting: 40%
Quality criterion: Resource and Expertise
/ Weighting: 30%
Quality criterion: Project Delivery
/ Weighting: 10%
Quality criterion: Risk, Business Continuity And Disaster Recovery (BCDR)
/ Weighting: 10%
Quality criterion: Climate Emergency
/ Weighting: 5%
Quality criterion: Fair Work First
/ Weighting: 5%
Price
/ Weighting:
30
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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-045047
Section V: Award of contract
Contract No: CASE/787746
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/11/2025
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Fugro GB Limited
Fugro House, Hithercroft Road
Wallingford
OX10 9RB
UK
Telephone: +44 2870352311
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 587 542.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 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.
3 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.
4 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.
Tenderers are asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.
If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must
complete and reattach the SPD Supplier Response Form attached to SPD.
4C4 SPD If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain.
4C7 SPD Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond.
The buyer is using PCS-Tender to conduct this ITT exercise.
The Project code is 29646 and the ITT code is 59935. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise.
The Project code is 29646. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:814957)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
05/11/2025