Notice Information
Notice Title
Improving offshore wind environmental assessments by better understanding how seabird populations respond to additional mortality caused by avian influenza
Notice Description
Improving offshore wind environmental assessments by better understanding how seabird populations respond to additional mortality caused by avian influenza
Lot Information
Lot 1
This project will obtain up to date counts of species within colonies known to be impacted by Highly Pathogenic Avian Influenza (HPAI) and which also are a potential consenting constraint for offshore wind farm (OWF) projects. Monitoring of numbers of breeding birds/pairs at a range of colonies and across several years (2024-2026) will provide robust estimates of Special Protection Area (SPA) population sizes that have been affected by HPAI for use in environmental assessments. This project will help document any further substantial changes to population sizes caused by outbreaks of HPAI during 2023 and beyond. This project will build upon colony counts undertaken during 2023 to help assess the ongoing impacts of HPAI. The project will also gather productivity data from a representative set of colonies, examine how these may vary temporally and spatially, and compare them with historic estimates. Consideration must also be given to how this updated information will be used in environmental assessments. Particular attention must be given to the need to consider SPA and non-SPA colonies in apportioning calculations and in determining whether, if not all colonies can be counted, how representative sampling of population size and productivity will be ensured. Given uncertainties about colony monitoring work that will be undertaken by other organisations in the future, as well as uncertainties around the future areas impacted by HPAI, the development of a thorough and clear monitoring plan by the contractor on an annual basis will be key to this work. Engagement with other bodies who may be planning on undertaking monitoring will also be crucial to avoid duplication of effort. The overarching objectives of the project are therefore: A. Develop and maintain a clear monitoring plan for relevant seabird colony counts; B. Obtain up to date seabird colony population size and productivity data for agreed colonies; C. Identify any spatial and temporal variation or patterns in changes in population size or productivity as a result of HPAI; D. Consider how the new information collected should be incorporated into environmental assessments Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Options: The Authority reserves the right to extend the period of contract for an additional period of up to 6 months ( 1 x 6 months), to no later than 30 September 2027.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0403a1
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019650-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
73 - Research and development services and related consultancy services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
73000000 - Research and development services and related consultancy services
73110000 - Research services
73112000 - Marine research services
90713000 - Environmental issues consultancy services
Notice Value(s)
- Tender Value
- £750,000 £500K-£1M
- Lots Value
- £750,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Jun 20241 years ago
- Submission Deadline
- 31 Oct 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 27 Jun 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Unsuccessful
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH GOVERNMENT
- Contact Name
- Not specified
- Contact Email
- douglas.martin@gov.scot
- Contact Phone
- +44 1412420133
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 8EA
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM Scotland
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
Further Information
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-0403a1-2024-06-27T11:31:31+01:00",
"date": "2024-06-27T11:31:31+01:00",
"ocid": "ocds-h6vhtk-0403a1",
"description": "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. Tenderers are required to respond to Q4C.1.2 - Examples of similar service contracts, Q4C.4 relating to Supply Chain Management and Q4C.7 - Environmental Management and will also be 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. Tenderers who do not pass these questions will not be subject to Commercial Analysis. As a result the tender will not be considered further. 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. (SC Ref:770704)",
"initiationType": "tender",
"tender": {
"id": "Case/667489",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Improving offshore wind environmental assessments by better understanding how seabird populations respond to additional mortality caused by avian influenza",
"status": "unsuccessful",
"classification": {
"scheme": "CPV",
"id": "90713000",
"description": "Environmental issues consultancy services"
},
"mainProcurementCategory": "services",
"description": "Improving offshore wind environmental assessments by better understanding how seabird populations respond to additional mortality caused by avian influenza",
"value": {
"amount": 750000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This project will obtain up to date counts of species within colonies known to be impacted by Highly Pathogenic Avian Influenza (HPAI) and which also are a potential consenting constraint for offshore wind farm (OWF) projects. Monitoring of numbers of breeding birds/pairs at a range of colonies and across several years (2024-2026) will provide robust estimates of Special Protection Area (SPA) population sizes that have been affected by HPAI for use in environmental assessments. This project will help document any further substantial changes to population sizes caused by outbreaks of HPAI during 2023 and beyond. This project will build upon colony counts undertaken during 2023 to help assess the ongoing impacts of HPAI. The project will also gather productivity data from a representative set of colonies, examine how these may vary temporally and spatially, and compare them with historic estimates. Consideration must also be given to how this updated information will be used in environmental assessments. Particular attention must be given to the need to consider SPA and non-SPA colonies in apportioning calculations and in determining whether, if not all colonies can be counted, how representative sampling of population size and productivity will be ensured. Given uncertainties about colony monitoring work that will be undertaken by other organisations in the future, as well as uncertainties around the future areas impacted by HPAI, the development of a thorough and clear monitoring plan by the contractor on an annual basis will be key to this work. Engagement with other bodies who may be planning on undertaking monitoring will also be crucial to avoid duplication of effort. The overarching objectives of the project are therefore: A. Develop and maintain a clear monitoring plan for relevant seabird colony counts; B. Obtain up to date seabird colony population size and productivity data for agreed colonies; C. Identify any spatial and temporal variation or patterns in changes in population size or productivity as a result of HPAI; D. Consider how the new information collected should be incorporated into environmental assessments Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Understanding of Requirement",
"type": "quality",
"description": "45"
},
{
"name": "Project Resource",
"type": "quality",
"description": "30"
},
{
"name": "Schedule of Work",
"type": "quality",
"description": "5"
},
{
"name": "Quality and Risk",
"type": "quality",
"description": "5"
},
{
"name": "Climate Emergency",
"type": "quality",
"description": "5"
},
{
"name": "Community Benefits",
"type": "quality",
"description": "2.5"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"name": "Business Continuity and Disaster Recovery",
"type": "quality",
"description": "2.5"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 750000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1170
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Authority reserves the right to extend the period of contract for an additional period of up to 6 months ( 1 x 6 months), to no later than 30 September 2027."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90713000",
"description": "Environmental issues consultancy services"
},
{
"scheme": "CPV",
"id": "73110000",
"description": "Research services"
},
{
"scheme": "CPV",
"id": "73112000",
"description": "Marine research services"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Financial Ratios (ESPD 4B6) - Bidders must demonstrate a Current Ratio of 1.2 or more. Current Ratio will be calculated as follows: Total Current Assets divided by Total Current Liabilities.",
"minimum": "Minimum level(s) of standards required: - Public Liability Insurance (In the sum not less) - 1,000,000 GBP; - Professional Indemnity Insurance (In the sum not less) - 2,000,000 GBP; - Employer's Liability Insurance - employer's liability insurance in accordance with any legal obligation for the time being in force. Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-10-31T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2023-10-31T12:00:00Z"
},
"bidOpening": {
"date": "2023-10-31T12:00:00Z"
},
"hasRecurrence": false,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-10601",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "4 Atlantic Quay, 70 York St",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 8EA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412420133",
"email": "douglas.martin@gov.scot",
"url": "https://www.publictendersscotland.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-1637",
"name": "Edinburgh Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-10601",
"name": "Scottish Government"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000745416"
}
],
"language": "en",
"awards": [
{
"id": "019649-2024-Case/667489-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "unsuccessful"
},
{
"id": "019650-2024-Case/667489-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "unsuccessful"
}
]
}