Award

Evidence for Offshore Wind

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Award

02 Nov 2023 at 09:39

Tender

26 Sep 2023 at 13:15

Summary of the contracting process

The Scottish Government has initiated a tender under the title "Evidence for Offshore Wind" for environmental issues consultancy services. This procurement process, currently at the active stage, involves the analysis of seabird foraging behaviour on the east coast of Scotland in response to avian flu. The tender, with a value of £2,045,000, allows for additional contract extensions and has a submission deadline of October 26, 2023.

This tender by the Scottish Government presents an opportunity for businesses specializing in environmental consultancy services to compete. Companies with expertise in marine research, environmental impact assessments, and supply chain management would be well-suited to bid for this contract. The procurement process involves quality assessment criteria such as understanding of requirements, project resource, and environmental impact recognition, in addition to price considerations.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Evidence for Offshore Wind

Notice Description

Evidence for Offshore Wind;1). Seabird foraging and avian flu

Lot Information

Lot 1

Evidence for Offshore Wind; Potential changes in seabird foraging range and distribution in response to Highly Pathogenic Avian Influenza (HPAI)", will use tagging data collected by the contractor and existing data collected by others to examine the potential effects of changes in colony size on foraging behaviour and ranges to improve evidence for offshore wind environmental assessments. Data will be collected across as much of the breeding season as is feasible i.e., incubation and chick rearing periods. Data analysis will focus on obtaining information on foraging distributions, ranges, and behaviour and the use of the marine environment. Data on seabird flight heights will also be extracted, analysed, and presented. The project will investigate the relationship between foraging ranges, colony size and prey availability and (where data allow) consider how these may have changed since the HPAI outbreak. Particular attention must be paid to assessing how the results of this study should be reflected in the apportioning approaches used in environmental impact assessments, and any changes to the existing models or parameters used for apportioning. The focus of the project will be the east coast of Scotland, but consideration should be given to other regions of Scotland for inclusion. 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0403d9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/032390-2023
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
£2,045,000 £1M-£10M
Lots Value
£2,045,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Nov 20232 years ago
Submission Deadline
26 Oct 2023Expired
Future Notice Date
Not specified
Award Date
2 Nov 20232 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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-0403d9-2023-11-02T09:39:46Z",
    "date": "2023-11-02T09:39:46Z",
    "ocid": "ocds-h6vhtk-0403d9",
    "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:749165)",
    "initiationType": "tender",
    "tender": {
        "id": "Case/681805",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Evidence for Offshore Wind",
        "status": "unsuccessful",
        "classification": {
            "scheme": "CPV",
            "id": "90713000",
            "description": "Environmental issues consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "Evidence for Offshore Wind;1). Seabird foraging and avian flu",
        "value": {
            "amount": 2045000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Evidence for Offshore Wind; Potential changes in seabird foraging range and distribution in response to Highly Pathogenic Avian Influenza (HPAI)\", will use tagging data collected by the contractor and existing data collected by others to examine the potential effects of changes in colony size on foraging behaviour and ranges to improve evidence for offshore wind environmental assessments. Data will be collected across as much of the breeding season as is feasible i.e., incubation and chick rearing periods. Data analysis will focus on obtaining information on foraging distributions, ranges, and behaviour and the use of the marine environment. Data on seabird flight heights will also be extracted, analysed, and presented. The project will investigate the relationship between foraging ranges, colony size and prey availability and (where data allow) consider how these may have changed since the HPAI outbreak. Particular attention must be paid to assessing how the results of this study should be reflected in the apportioning approaches used in environmental impact assessments, and any changes to the existing models or parameters used for apportioning. The focus of the project will be the east coast of Scotland, but consideration should be given to other regions of Scotland for inclusion. 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": 2045000,
                    "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"
                    }
                ],
                "deliveryLocation": {
                    "description": "East coast of Scotland"
                },
                "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": "2023-10-26T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2023-10-26T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-10-26T12:00:00+01:00"
        },
        "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-r6ebe6-0000745299"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "032390-2023-Case/681805-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "unsuccessful"
        }
    ]
}