Award

ENFOR - Scottish Coastal LiDAR Survey

SCOTTISH GOVERNMENT

This public procurement record has 3 releases in its history.

Award

05 Nov 2025 at 13:43

Tender

01 Aug 2025 at 08:48

Planning

30 May 2025 at 12:20

Summary of the contracting process

The Scottish Government has awarded a contract for the "ENFOR - Scottish Coastal LiDAR Survey" project, an initiative aimed at supporting commitments within the Scottish National Adaptation Plan 3. The contract, valued at approximately £587,542, was awarded to Fugro GB Limited, and the process followed an open procedure method. The project's main industry category falls under "Aerial Mapping Services," specifically targeting the coastal zones of Scotland, including the intertidal areas. This particular phase of the procurement process is complete, highlighting significant milestones with the contract being signed on 3rd November 2025, and the initial tendering activities commencing with a notice in August 2025. The implementation of this project is located within region UKM, and it involves robust planning to coincide with suitable low tide conditions for effective surveying.

This tender presents a substantial opportunity for businesses specialising in aerial mapping and LiDAR technology, particularly those equipped with resilient supply chain systems and a focus on digital and environmental solutions. Companies that can demonstrate expertise in the technical facets of coastal surveying, along with a commitment to fair work practices such as paying the real Living Wage, will find this project well-aligned with their capabilities. The open procedure approach of this tender implies a transparent and competitive bidding environment, conducive to fostering business growth and potentially expanding market reach within public sector projects. Specialist firms engaged in geophysical consultancy, engineering-related scientific services, and climate-aware operating strategies are particularly well-suited to contribute to the successful execution of this initiative.

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

ENFOR - Scottish Coastal LiDAR Survey

Notice Description

In support of the Scottish Government's commitments within the Scottish National Adaptation Plan 3 (https://adaptation.scot/about/about-the-scottish-governments-national-adaptation-plan-snap3/) we are commissioning airborne LiDAR surveys of Scotland's coastal zone, including the intertidal area.

Lot Information

Lot 1

We require LiDAR survey outputs for the proposed survey areas, which will be detailed within the specification, including LAS files, Digital Surface Models, Digital Terrain Models and associated QA assurance statements. The Areas of Interest define the anticipated extent of the LiDAR survey. These extend over multiple geographic areas, as defined within the specification. We anticipate that the surveys will need to be phased to coincide with appropriate low tide conditions. We anticipate that 'standard LiDAR sensor' will be used, though if the contractor proposed to use Green LiDAR / Marine LiDAR to deliver the same outputs whilst the tide is in, then we remain open to these approaches. Given the expansive areas, we do not expect UAV/Drone surveys to be appropriate.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0529b9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/071270-2025
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71350000 - Engineering-related scientific and technical services

71351100 - Core preparation and analysis services

71351200 - Geological and geophysical consultancy services

71351900 - Geology, oceanography and hydrology services

71351911 - Photogeology services

71354200 - Aerial mapping services

Notice Value(s)

Tender Value
£750,000 £500K-£1M
Lots Value
£750,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£587,542 £500K-£1M

Notice Dates

Publication Date
5 Nov 20253 months ago
Submission Deadline
1 Sep 2025Expired
Future Notice Date
31 Jul 2025Expired
Award Date
3 Nov 20253 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Laura Vivian
Contact Email
laura.vivian@gov.scot
Contact Phone
+44 412425466

Buyer Location

Locality
GLASGOW
Postcode
G2 8LU
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

Supplier Information

Number of Suppliers
1
Supplier Name

FUGRO GB

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-0529b9-2025-11-05T13:43:04Z",
    "date": "2025-11-05T13:43:04Z",
    "ocid": "ocds-h6vhtk-0529b9",
    "description": "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. Tenderers are 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. 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. 4C4 SPD If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. 4C7 SPD Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29646 and the ITT code is 59935. 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 29646. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:814957)",
    "initiationType": "tender",
    "tender": {
        "id": "CASE/787746",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ENFOR - Scottish Coastal LiDAR Survey",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71354200",
            "description": "Aerial mapping services"
        },
        "mainProcurementCategory": "services",
        "description": "In support of the Scottish Government's commitments within the Scottish National Adaptation Plan 3 (https://adaptation.scot/about/about-the-scottish-governments-national-adaptation-plan-snap3/) we are commissioning airborne LiDAR surveys of Scotland's coastal zone, including the intertidal area.",
        "value": {
            "amount": 750000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "We require LiDAR survey outputs for the proposed survey areas, which will be detailed within the specification, including LAS files, Digital Surface Models, Digital Terrain Models and associated QA assurance statements. The Areas of Interest define the anticipated extent of the LiDAR survey. These extend over multiple geographic areas, as defined within the specification. We anticipate that the surveys will need to be phased to coincide with appropriate low tide conditions. We anticipate that 'standard LiDAR sensor' will be used, though if the contractor proposed to use Green LiDAR / Marine LiDAR to deliver the same outputs whilst the tide is in, then we remain open to these approaches. Given the expansive areas, we do not expect UAV/Drone surveys to be appropriate.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Understanding of the Requirement",
                            "type": "quality",
                            "description": "40%"
                        },
                        {
                            "name": "Resource and Expertise",
                            "type": "quality",
                            "description": "30%"
                        },
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Risk, Business Continuity And Disaster Recovery (BCDR)",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Climate Emergency",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 750000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 150
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71351100",
                        "description": "Core preparation and analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71350000",
                        "description": "Engineering-related scientific and technical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351200",
                        "description": "Geological and geophysical consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351911",
                        "description": "Photogeology services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351900",
                        "description": "Geology, oceanography and hydrology services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-01T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Current Ratio Minimum Insurance Levels",
                    "minimum": "Bidders must demonstrate a Current Ratio of no less than 1.0, based on their most recently published accounts. Current Ratio will be calculated as follows: Net current assets divided by net current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. If the tenderer (or any consortia or reliance partner) does not meet the requirements in relation to the current ratio then the audited financial accounts of the tenderer (or consortia or reliance partner) will be used to conduct an assessment of the risk of business failure. Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. If the tenderer (or any consortia or reliance partner) does not pass the above assessment and is unable to provide a Parent Company Guarantee or some other form of assurance, this will result in a fail and the bidder may be excluded. 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. Employer's (Compulsory) Liability Insurance = in accordance with any legal obligations Public Liability Insurance = 2 million GBP Professional Indemnity Insurance = 2 million GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2025-09-01T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2025-09-01T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-09-01T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1538",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "5 Atlantic Quay, 150 Broomielaw",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8LU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Laura Vivian",
                "telephone": "+44 412425466",
                "email": "Laura.Vivian@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-675",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-165769",
            "name": "Fugro GB Limited",
            "identifier": {
                "legalName": "Fugro GB Limited"
            },
            "address": {
                "streetAddress": "Fugro House, Hithercroft Road",
                "locality": "Wallingford",
                "region": "UK",
                "postalCode": "OX10 9RB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2870352311"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1538",
        "name": "Scottish Government"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000803671"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "071270-2025-CASE/787746-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-165769",
                    "name": "Fugro GB Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "071270-2025-CASE/787746-1",
            "awardID": "071270-2025-CASE/787746-1",
            "status": "active",
            "value": {
                "amount": 587542,
                "currency": "GBP"
            },
            "dateSigned": "2025-11-03T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 6
            }
        ]
    }
}