Notice Information
Notice Title
Ecological sampling at Scottish Offshore Wind Farms
Notice Description
The Marine Directorate (MD) has a requirement for an external provider to undertake marine sampling for a selection of target species across a range of functional groups (e.g. fish, benthic and plankton) at four offshore wind farm sites and adjacent control areas, on the east coast of Scotland. Sampling will be carried out across 3 phases: winter 2025-spring 2026 , summer 2026 and autumn 2026. This sampling work will contribute to the ECOCHANGE Project (Consequences of Changes to Habitats and implications for a Net Gain Energy approach), led by the Scottish Government's Marine Directorate, alongside the University of Liverpool the University of Glasgow SUERC and funded by The Crown Estate's Offshore Wind Evidence and Change programme. The samples collected through this work will be analysed through a subsequent workstream (not included in the scope of this contract) and the data will ultimately provide insight into the food web structure within the North Sea marine ecosystem and how food webs may be impacted by OWF infrastructure. Understanding this relationship is crucial with the increase in development of OWFs to reach Net Zero targets. This work will shed light on the effect of OWF infrastructure on marine biodiversity which will inform Marine Enhancement and Nature Positive policies.
Lot Information
Lot 1
The procurement will follow an Open Procedure. 4C.4 Bidders must confirm that they will include the standard clause in all contracts used in the delivery of the requirements, ensuring payment of subcontractors at all stages of the supply chain within 30 days and include a point of contact for subcontractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance and provision of evidence and reporting to the Scottish Government on a regular basis. Bidders who fail to answer "Yes" to this question will not have their tender considered further. 4C.7 Light Touch: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: Evidence that their organisation has taken steps to build their awareness of the climate change emergency and consideration of how they will respond. 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 sub-contract and if so, for what proportion of the contract. Bidders must confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. Any tenderer who answers "No" to this question will not be subject to further evaluation.
Renewal: There is a maximum of 3 months optional extensions.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-059c49
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/086365-2025
- 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
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
03 - Agricultural, farming, fishing, forestry and related products
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
03000000 - Agricultural, farming, fishing, forestry and related products
71354500 - Marine survey services
73112000 - Marine research services
90700000 - Environmental services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £359,210 £100K-£500K
Notice Dates
- Publication Date
- 30 Dec 20251 months ago
- Submission Deadline
- 10 Nov 2025Expired
- Future Notice Date
- 28 Sep 2025Expired
- Award Date
- 17 Dec 20252 months ago
- Contract Period
- 5 Jan 2026 - 31 Mar 2027 1-2 years
- Recurrence
- Not specified
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
- Sophie Stark
- Contact Email
- sophie.stark@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
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-059c49-2025-12-30T08:56:57Z",
"date": "2025-12-30T08:56:57Z",
"ocid": "ocds-h6vhtk-059c49",
"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. Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. (SC Ref:819499)",
"initiationType": "tender",
"tender": {
"id": "CASE/796997",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Ecological sampling at Scottish Offshore Wind Farms",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "73112000",
"description": "Marine research services"
},
"mainProcurementCategory": "services",
"description": "The Marine Directorate (MD) has a requirement for an external provider to undertake marine sampling for a selection of target species across a range of functional groups (e.g. fish, benthic and plankton) at four offshore wind farm sites and adjacent control areas, on the east coast of Scotland. Sampling will be carried out across 3 phases: winter 2025-spring 2026 , summer 2026 and autumn 2026. This sampling work will contribute to the ECOCHANGE Project (Consequences of Changes to Habitats and implications for a Net Gain Energy approach), led by the Scottish Government's Marine Directorate, alongside the University of Liverpool the University of Glasgow SUERC and funded by The Crown Estate's Offshore Wind Evidence and Change programme. The samples collected through this work will be analysed through a subsequent workstream (not included in the scope of this contract) and the data will ultimately provide insight into the food web structure within the North Sea marine ecosystem and how food webs may be impacted by OWF infrastructure. Understanding this relationship is crucial with the increase in development of OWFs to reach Net Zero targets. This work will shed light on the effect of OWF infrastructure on marine biodiversity which will inform Marine Enhancement and Nature Positive policies.",
"lots": [
{
"id": "1",
"description": "The procurement will follow an Open Procedure. 4C.4 Bidders must confirm that they will include the standard clause in all contracts used in the delivery of the requirements, ensuring payment of subcontractors at all stages of the supply chain within 30 days and include a point of contact for subcontractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance and provision of evidence and reporting to the Scottish Government on a regular basis. Bidders who fail to answer \"Yes\" to this question will not have their tender considered further. 4C.7 Light Touch: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: Evidence that their organisation has taken steps to build their awareness of the climate change emergency and consideration of how they will respond. 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 sub-contract and if so, for what proportion of the contract. Bidders must confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. Any tenderer who answers \"No\" to this question will not be subject to further evaluation.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
},
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"startDate": "2026-01-05T00:00:00Z",
"endDate": "2027-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "There is a maximum of 3 months optional extensions."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
},
{
"scheme": "CPV",
"id": "73112000",
"description": "Marine research services"
},
{
"scheme": "CPV",
"id": "03000000",
"description": "Agricultural, farming, fishing, forestry and related products"
},
{
"scheme": "CPV",
"id": "71354500",
"description": "Marine survey services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2025-09-29T00:00:00+01:00",
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Current Ratio of 1.2 The acceptable range for each financial ratio is: 1 April 2022: 31 March 2025 The ratio will be calculated as follows: total current assets divided by total current liabilities.",
"minimum": "Employer's (Compulsory) Liability Insurance = as required by law Public Liability Insurance = 1,000,000 (one million) GBP Professional Risk Indemnity Insurance = 1,000,000 (one million) GBP",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2025-11-10T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2025-11-10T12:30:00Z"
},
"bidOpening": {
"date": "2025-11-10T12:30:00Z"
},
"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": "Sophie Stark",
"telephone": "+44 412425466",
"email": "sophie.stark@gov.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.scotland.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
"classifications": [
{
"id": "MINISTRY",
"scheme": "TED_CA_TYPE",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-72427",
"name": "Sherrif Court House",
"identifier": {
"legalName": "Sherrif Court House"
},
"address": {
"streetAddress": "27 Chamber Street",
"locality": "Edinburgh",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-170285",
"name": "Ocean Ecology",
"identifier": {
"legalName": "Ocean Ecology"
},
"address": {
"streetAddress": "River Office, Severnside Park, Epney",
"locality": "Gloucester",
"region": "UK",
"postalCode": "GL2 7LN",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1452740697"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-1538",
"name": "Scottish Government"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000810323"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000810323"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000812759"
}
],
"language": "en",
"awards": [
{
"id": "086365-2025-CASE/796997-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"minimumPercentage": 0.3,
"maximumPercentage": 0.3,
"description": "Karelle Fishing LLP (Kinnaird Marine) for Vessel Provision."
},
"suppliers": [
{
"id": "GB-FTS-170285",
"name": "Ocean Ecology"
}
]
}
],
"contracts": [
{
"id": "086365-2025-CASE/796997-1",
"awardID": "086365-2025-CASE/796997-1",
"status": "active",
"value": {
"amount": 359210,
"currency": "GBP"
},
"dateSigned": "2025-12-17T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}