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
Expanding the Portfolio of Compensatory Measures for Seabirds
Reference number: CASE/799939
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 – Expanding the Portfolio of Compensatory Measures for Seabirds.
II.1.5) Estimated total value
Value excluding VAT:
560 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71355000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The Offshore Wind Directorate is seeking tenderers to expand on the development of implementation plans for a portfolio of compensation measures for marine bird species.
The tendered project will expand upon and work in parallel to five active research projects while also guiding the strategic direction of future research for the identification of compensatory measures in Scotland. The collective effort will ensure the identification of compensatory measures that are ecologically, technically, logistically, and financially feasible to be implemented in practice, underpinned by detailed implementation plans developed by the successful tenderer.
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: 10
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend by a further 10 months subject to approval by the Scottish Government should it be deemed necessary.
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 is an option to extend by a further 10 months subject to approval by the Scottish Government should additional Work Packages be identified subject to budget approval
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:
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:
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:
27/10/2025
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:
27/10/2025
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 560,000.00 budget the Scottish Government will have the discretion to increase the budget for additional work packages focusing on the measures/sites identified as part of work package 1 to be of greatest benefit to Scottish Government in compensating for offshore wind impacts.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30178. 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 30178. 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 30178. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:810736)
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
26/09/2025