Tender

Delivery Partner for Nature Restoration Fund & Related Grounds Projects

INVERCLYDE COUNCIL

This public procurement record has 1 release in its history.

Tender

06 Mar 2026 at 10:42

Summary of the contracting process

Inverclyde Council is seeking a delivery partner for its Nature Restoration Fund and related grounds projects, with a tender process currently in the "active" stage. This opportunity is part of an open procurement process under regulation 32014L0024, focusing on nature reserve services. The proposed projects aim to address issues such as climate change and biodiversity loss in Inverclyde, offering a contract valued at £300,000 GBP. Interested vendors must submit their tenders electronically by 7th April 2026, with bid opening scheduled for the same day. The contract spans 36 months, with a possible extension of up to 24 months, contingent on future funding and council discretion.

This tender presents valuable opportunities for businesses specialising in environmental services, particularly those experienced in habitat and species restoration, and management of natural environments. Companies with expertise in project management, funding acquisition, and sustainable practices are well-suited to participate. Given the focus on social values and sustainable outcomes, socially responsible businesses that can demonstrate a track record of similar contract deliveries are likely to find this tender a promising avenue for growth.

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

Notice Title

Delivery Partner for Nature Restoration Fund & Related Grounds Projects

Notice Description

The Nature Restoration Fund supports projects which are designed to tackle both climate change and the loss of biodiversity, through projects that restore the local natural environment. Projects can include habitat and species restoration, coastal and marine protection, eradication, or replacement of non-invasive species and works that support these aims

Lot Information

Lot 1

For the purposes of this contract the Delivery Partner will be responsible for. - Reviewing Inverclyde's geographical area and identifying suitable projects that will restore the local natural environment - Assisting with bids for future Nature Restoration Funding - Identifying additional relevant funding streams which meet the aims of the overall brief. - Assisting in developing the specifications for procurement exercises that are identified in relation to agreed projects and selection of suitably qualified and competent contractors. - Fully managing the identified projects which should include but is not limited to: - - the works undertaken by all contractors involved in the delivery of the projects ensuring that all works are completed on time, within budget and to the appropriate standard. - Ensuring that there are adequate management arrangements in place throughout the term of the project so that the works can be carried out as safely as possible. - The above will include but not be restricted to, all relevant Health & Safety compliance such as Work at Height, CDM co-ordination, and arrangements for suitable welfare facilities. - Identifying on behalf of the Council any potential partnership organisations that can assist and provide further additional benefits in this relation to this project at no additional cost.

Renewal: The Contract period will be 36 months with an optional 2 x 12 month extension period. The extension period will be at the sole discretion of Inverclyde Council and subject to available budget.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0663db
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020264-2026
Current Stage
Tender
All Stages
Tender

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

92 - Recreational, cultural and sporting services


CPV Codes

92533000 - Nature reserve services

Notice Value(s)

Tender Value
£300,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Mar 20261 weeks ago
Submission Deadline
7 Apr 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
If the services are still required and budget is confirmed then a retender may be undertaken.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
INVERCLYDE COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
GREENOCK
Postcode
PA15 1LX
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Inverclyde
Electoral Ward
Inverclyde North
Westminster Constituency
Inverclyde and Renfrewshire West

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-0663db-2026-03-06T10:42:22Z",
    "date": "2026-03-06T10:42:22Z",
    "ocid": "ocds-h6vhtk-0663db",
    "description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016 Tenderers will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certification, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate. It will also be a condition of contract that Tenderers comply with Inverclyde Council's General Conditions of Contract, Specification & Contract Information for Tenderers. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31167. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: The Tenderer acknowledges that the Council will seek to achieve Social Values through the Tender process. (SC Ref:825228)",
    "initiationType": "tender",
    "tender": {
        "id": "ENV0615",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Delivery Partner for Nature Restoration Fund & Related Grounds Projects",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "92533000",
            "description": "Nature reserve services"
        },
        "mainProcurementCategory": "services",
        "description": "The Nature Restoration Fund supports projects which are designed to tackle both climate change and the loss of biodiversity, through projects that restore the local natural environment. Projects can include habitat and species restoration, coastal and marine protection, eradication, or replacement of non-invasive species and works that support these aims",
        "value": {
            "amount": 300000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "For the purposes of this contract the Delivery Partner will be responsible for. - Reviewing Inverclyde's geographical area and identifying suitable projects that will restore the local natural environment - Assisting with bids for future Nature Restoration Funding - Identifying additional relevant funding streams which meet the aims of the overall brief. - Assisting in developing the specifications for procurement exercises that are identified in relation to agreed projects and selection of suitably qualified and competent contractors. - Fully managing the identified projects which should include but is not limited to: - - the works undertaken by all contractors involved in the delivery of the projects ensuring that all works are completed on time, within budget and to the appropriate standard. - Ensuring that there are adequate management arrangements in place throughout the term of the project so that the works can be carried out as safely as possible. - The above will include but not be restricted to, all relevant Health & Safety compliance such as Work at Height, CDM co-ordination, and arrangements for suitable welfare facilities. - Identifying on behalf of the Council any potential partnership organisations that can assist and provide further additional benefits in this relation to this project at no additional cost.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Funding Expertise / Leverage Funding",
                            "type": "quality",
                            "description": "18"
                        },
                        {
                            "name": "Delivery Partner Role",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Social Value Outcomes Menu",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Social Value Supporting Methodology",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract period will be 36 months with an optional 2 x 12 month extension period. The extension period will be at the sole discretion of Inverclyde Council and subject to available budget."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "deliveryLocation": {
                    "description": "Inverlcyde"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "4B.1.2 Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following: (a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check). OR (b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check). PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW: APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT'S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK. You must provide your average yearly turnover for the last 2 years. Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted. If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question. If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder. 4B.5.1a/4B.5.1b/4B.5.2 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 and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5M GBP Public Liability Insurance = 10M GBP Professional Indemnity Insurance = 5M GBP / 6 Years",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the Contract which were similar in regards to scope, scale, value and duration. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 QUALITY MANAGEMENT PROCEDURES 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 The bidder must have the following: a. A documented policy regarding quality management. The policy must set out 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, which 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. 4D.1 HEALTH & SAFETY The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the supplier attachment area in PCS-T (file name \"Contract Notice Additional Information\")",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2026-04-07T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2026-04-07T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2026-04-07T12:00:00+01:00",
            "address": {
                "streetAddress": "Tenders will be opened remotely using the PCS-T"
            }
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "If the services are still required and budget is confirmed then a retender may be undertaken."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-52718",
            "name": "Inverclyde Council",
            "identifier": {
                "legalName": "Inverclyde Council"
            },
            "address": {
                "streetAddress": "Procurement, Municipal Buildings, Clyde Square",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 1LX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Daniel O'Donnell",
                "email": "daniel.odonnell@inverclyde.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.inverclyde.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168",
                "classifications": [
                    {
                        "id": "REGIONAL_AUTHORITY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Regional or local authority"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-36693",
            "name": "Greenock Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House,1 Nelson Street,",
                "locality": "Greenock",
                "postalCode": "PA15 1TR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-52718",
        "name": "Inverclyde Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000825228"
        }
    ],
    "language": "en"
}