Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Contact person: Sophie Stark
Telephone: +44 412425466
E-mail: sophie.stark@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
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
Ecological sampling at Scottish Offshore Wind Farms
Reference number: CASE/796997
II.1.2) Main CPV code
73112000
II.1.3) Type of contract
Services
II.1.4) Short description
The Marine Directorate (MD) has a requirement for an external provider to undertake marine sampling for a selection of target species across a range of functional groups (e.g. fish, benthic and plankton) at four offshore wind farm sites and adjacent control areas, on the east coast of Scotland. Sampling will be carried out across 3 phases: winter 2025-spring 2026 , summer 2026 and autumn 2026.
This sampling work will contribute to the ECOCHANGE Project (Consequences of Changes to Habitats and implications for a Net Gain Energy approach), led by the Scottish Government’s Marine Directorate, alongside the University of Liverpool the University of Glasgow SUERC and funded by The Crown Estate’s Offshore Wind Evidence and Change programme. The samples collected through this work will be analysed through a subsequent workstream (not included in the scope of this contract) and the data will ultimately provide insight into the food web structure within the North Sea marine ecosystem and how food webs may be impacted by OWF infrastructure. Understanding this relationship is crucial with the increase in development of OWFs to reach Net Zero targets. This work will shed light on the effect of OWF infrastructure on marine biodiversity which will inform Marine Enhancement and Nature Positive policies.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90700000
73112000
03000000
71354500
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The procurement will follow an Open Procedure.
4C.4 Bidders must confirm that they will include the standard clause in all contracts used in the delivery of the requirements, ensuring payment of subcontractors at all stages of the supply chain within 30 days and include a point of contact for subcontractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance and provision of evidence and reporting to the Scottish Government on a regular basis. Bidders who fail to answer “Yes” to this question will not have their tender considered further.
4C.7 Light Touch: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: Evidence that their organisation has taken steps to build their awareness of the climate change emergency and consideration of how they will respond. 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 sub-contract and if so, for what proportion of the contract.
Bidders must confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. Any tenderer who answers "No" to this question will not be subject to further evaluation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
05/01/2026
End:
31/03/2027
This contract is subject to renewal: Yes
Description of renewals:
There is a maximum of 3 months optional extensions.
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:
Current Ratio of 1.2
The acceptable range for each financial ratio is:
1 April 2022: 31 March 2025
The ratio will be calculated as follows:
total current assets divided by total current liabilities.
Minimum level(s) of standards required:
Employer’s (Compulsory) Liability Insurance = as required by law
Public Liability Insurance = 1,000,000 (one million) GBP
Professional Risk Indemnity Insurance = 1,000,000 (one million) GBP
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-057353
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/11/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
10/11/2025
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Question Scoring Methodology for Award Criteria outlined in invitation to tender:
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.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30342. 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:
Please describe how your organisation will deliver proportionate community benefits and contribute to addressing the climate emergency through the delivery of this contract. In your response you may include but are not limited to:
-Environmental impact mitigation measures, including how you will manage and reduce waste (e.g. single-use plastics, chemical preservatives, broken equipment) and minimise risks to marine habitats, animal welfare, and biosecurity.
-Approach to equipment use, including any steps to reduce reliance on single-use items, extend the life of sampling gear, or adopt more sustainable alternatives.
-Community benefit activities, such as using local vessels and personnel, offering training or outreach opportunities, or supporting community-led environmental initiatives near sampling sites.
-Innovations or improvements that enhance sustainability and promote inclusive growth, particularly in disadvantaged coastal or island communities.
(SC Ref:812759)
VI.4) Procedures for review
VI.4.1) Review body
Sherrif Court House
27 Chamber Street
Edinburgh
UK
VI.5) Date of dispatch of this notice
10/10/2025