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

OWD – Study of salmonids migration routes in the rivers of the Forth and Tay region, East Coast of Scotland

  • First published: 17 October 2025
  • Last modified: 17 October 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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-05ce23
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
17 October 2025
Deadline date:
17 November 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

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

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

 

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

II.2.3) Place of performance

NUTS code:

UKM

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

Criteria below:

Quality criterion: 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.2.9) 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: 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 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: 17/11/2025

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: 17/11/2025

Local time: 12:00

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:

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 30321. 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 30321. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:810736)

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30321. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:812515)

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

16/10/2025

Coding

Commodity categories

ID Title Parent category
71354500 Marine survey services Map-making services
79311000 Survey services Market research 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.