Notice Information
Notice Title
Marine Planning & Licensing Framework
Notice Description
The framework will be used by Marine Scotland Planning, Performance and Management Team to call off for a wide range of services in relation to marine planning and licensing.
Lot Information
Lot 1
The framework will be used by Marine Scotland Planning, Performance and Management Team to call off for a wide range of services in relation to marine planning and licensing. Services to support wider marine planning initiatives such as the further roll-out of the Marine Protected Area (MPA) management measures and the delivery of Highly Protected Marine Areas, update of the National Marine Plan and related sectoral policies may also be required through the framework. The framework will also be required to support projects that contribute to wider protection of vulnerable marine features, climate change mitigation in the marine environment, as well as national conservation strategies for features such as mobile species. This is likely to involve the analysis of data from scientific survey work in relation to Priority Marine Features (PMFs). It is also envisaged that the framework may be required to cover work related to new legislative powers given to Scottish Ministers in relation to the management of the marine environment. This may involve sectoral policy development and review, scientific survey work and data analysis in relation to a broad range of environmental topics and marine sectors. Information will be provided by Marine Scotland defining requirement and suitable plans, tools or services will be provided in response by the Supplier.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-037dd6
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016220-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
73 - Research and development services and related consultancy services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
71240000 - Architectural, engineering and planning services
71313000 - Environmental engineering consultancy services
71314000 - Energy and related services
71318000 - Advisory and consultative engineering services
71350000 - Engineering-related scientific and technical services
73000000 - Research and development services and related consultancy services
90700000 - Environmental services
Notice Value(s)
- Tender Value
- £1,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Jun 20232 years ago
- Submission Deadline
- 30 Nov 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 21 May 20232 years ago
- Contract Period
- 16 Jan 2023 - 15 Jan 2027 4-5 years
- Recurrence
- August 2026
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH GOVERNMENT
- Contact Name
- Bob McLeod
- Contact Email
- bob.mcleod@gov.scot
- Contact Phone
- +44 1312443567
Buyer Location
- Locality
- ABERDEEN
- Postcode
- AB11 9DB
- Post Town
- Aberdeen
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM5 North Eastern Scotland
- Small Region (ITL 3)
- TLM50 Aberdeen City and Aberdeenshire
- Delivery Location
- TLM Scotland
-
- Local Authority
- Aberdeen City
- Electoral Ward
- Torry/Ferryhill
- Westminster Constituency
- Aberdeen South
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-037dd6-2023-06-08T08:39:03+01:00",
"date": "2023-06-08T08:39:03+01:00",
"ocid": "ocds-h6vhtk-037dd6",
"description": "SPD will be scored on a pass/fail basis. 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. 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. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=538689. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:734777)",
"initiationType": "tender",
"tender": {
"id": "CASE/207967",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Marine Planning & Licensing Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
},
"mainProcurementCategory": "services",
"description": "The framework will be used by Marine Scotland Planning, Performance and Management Team to call off for a wide range of services in relation to marine planning and licensing.",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The framework will be used by Marine Scotland Planning, Performance and Management Team to call off for a wide range of services in relation to marine planning and licensing. Services to support wider marine planning initiatives such as the further roll-out of the Marine Protected Area (MPA) management measures and the delivery of Highly Protected Marine Areas, update of the National Marine Plan and related sectoral policies may also be required through the framework. The framework will also be required to support projects that contribute to wider protection of vulnerable marine features, climate change mitigation in the marine environment, as well as national conservation strategies for features such as mobile species. This is likely to involve the analysis of data from scientific survey work in relation to Priority Marine Features (PMFs). It is also envisaged that the framework may be required to cover work related to new legislative powers given to Scottish Ministers in relation to the management of the marine environment. This may involve sectoral policy development and review, scientific survey work and data analysis in relation to a broad range of environmental topics and marine sectors. Information will be provided by Marine Scotland defining requirement and suitable plans, tools or services will be provided in response by the Supplier.",
"awardCriteria": {
"criteria": [
{
"name": "Understanding and Delivery of Requirements",
"type": "quality",
"description": "30"
},
{
"name": "Staff Competence, Knowledge and Experience",
"type": "quality",
"description": "30"
},
{
"name": "Framework Management & Coordination",
"type": "quality",
"description": "15"
},
{
"name": "Quality Assurance",
"type": "quality",
"description": "10"
},
{
"name": "Corporate & Social Responsibilities",
"type": "quality",
"description": "10"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"startDate": "2023-01-16T00:00:00Z",
"endDate": "2027-01-15T23:59:59Z"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71240000",
"description": "Architectural, engineering and planning services"
},
{
"scheme": "CPV",
"id": "71313000",
"description": "Environmental engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71314000",
"description": "Energy and related services"
},
{
"scheme": "CPV",
"id": "71318000",
"description": "Advisory and consultative engineering services"
},
{
"scheme": "CPV",
"id": "71350000",
"description": "Engineering-related scientific and technical services"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Around Scotland and on offshore areas around Scotland"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "This section covers questions 4B1-6 of the SPD (Scotland).",
"minimum": "4B1a: Bidders will be required to have a minimum \"specific\" yearly turnover of 500,000 GBP for the last two years. In the event that the Bidder does not comply with this requirement, they will not be considered any further in this tendering exercise. As evidence for the SPD (Scotland) question 4B1a, the Procurement Officer may ask for annual accounts from the bidder. 4B5: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below: Employers (Compulsory) Liability Insurance = In accordance with the legal obligation for the time being enforced. Professional Indemnity Insurance = 5 Million GBP Public Liability Insurance = 5 Million GBP 4B6: Bidders must demonstrate a) Profit Margin Ratio of greater than 3%, b) Quick Ratio of greater than 100% or 1:1, c) Current Ratio of greater than 0.8 d) Debt Ratio of greater than 100% or 1:1. Profit Margin Ratio will be calculated as follows: net income divided by net sales Quick Ratio will be calculated as follows: Current Assets minus Inventory minus Prepaid expenses divided by Current Liabilities Current Ratio will be calculated as follows: net current assets divided by net current liabilities. Debt Ratio will be calculated as follows: Total liabilities divided by Total assets. Please state whether you have applied IFRS15 to your accounts. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Details of facilities and equipment, measures for ensuring quality management procedures.",
"minimum": "4C1.2: Bidders will be required to provide three examples over the last five years that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice or the relevant section of the site notice. 4C2: Bidders will be required to provide details of those individuals responsible for quality control in relation to this procurement exercise. 4C3a: Bidders will be required to provide details of the technical facilities and measures for ensuring quality. 4C7: Bidders will be required to confirm what environmental management measures they will employ. 4C9: Bidders should provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise. 4C10: Bidders will be required to confirm that whether they intend to subcontract and if so, for what proportion of the contract. Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). OR 2. The bidder must have the following: A documented policy regarding quality management. The policy must set out the responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-11-30T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2022-11-30T12:00:00Z"
},
"bidOpening": {
"date": "2022-11-30T12:00:00Z",
"address": {
"streetAddress": "Aberdeen"
}
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"hasElectronicPayment": true
},
"recurrence": {
"description": "August 2026"
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2022-11-30T12:00:00Z"
},
"newValue": {
"date": "2022-12-05T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2022-11-30T12:00:00Z"
},
"newValue": {
"date": "2022-12-05T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Request for extension from suppliers granted."
}
]
},
"parties": [
{
"id": "GB-FTS-1315",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "Marine Scotland, Marine Laboratory, 375 Victoria Road, Torry",
"locality": "Aberdeen",
"region": "UKM",
"postalCode": "AB11 9DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Bob McLeod",
"telephone": "+44 1312443567",
"email": "bob.mcleod@gov.scot",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.scotland.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-324",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"contactPoint": {
"telephone": "+44 131252525"
}
},
{
"id": "GB-FTS-84671",
"name": "ABPmer",
"identifier": {
"legalName": "ABPmer"
},
"address": {
"streetAddress": "Medina Chambers, Town Quay",
"locality": "Southampton",
"region": "UKJ3",
"postalCode": "SO14 2AQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2380711888"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-84672",
"name": "Atkins",
"identifier": {
"legalName": "Atkins"
},
"address": {
"streetAddress": "2 Atlantic Square, York Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 8JQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412202561"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-1315",
"name": "Scottish Government"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000711868"
}
],
"language": "en",
"awards": [
{
"id": "016220-2023-CASE/207967-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-84671",
"name": "ABPmer"
},
{
"id": "GB-FTS-84672",
"name": "Atkins"
}
]
}
],
"contracts": [
{
"id": "016220-2023-CASE/207967-1",
"awardID": "016220-2023-CASE/207967-1",
"status": "active",
"dateSigned": "2023-05-22T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "6",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "7",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 1266630,
"currency": "GBP"
},
{
"id": "4",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 1319991,
"currency": "GBP"
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 1266630,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 1319991,
"currency": "GBP"
}
]
}
}