Tender

DECC Appraisal of Peat Landslide Hazard Risk Assessments

SCOTTISH GOVERNMENT

This public procurement record has 1 release in its history.

Tender

07 May 2026 at 11:12

Summary of the contracting process

The Scottish Government Energy Consents Unit is inviting tenders for the "DECC Appraisal of Peat Landslide Hazard Risk Assessments," valued at £500,000. This procurement process, classified under the environmental auditing services category, involves the provision of technical expertise in peat stability matters related to electricity generation developments. The project is situated in the UKM region, with submissions required by 8th June 2026. The procurement follows an open procedure, with the contract set to commence in July 2026 for a period of 24 months and potential extensions up to 12 months.

This tender opportunity presents significant business growth potential for experienced consultancies in environmental and geotechnical audits. Firms with capabilities in peat landslide risk assessments and a multidisciplinary team comprising experts such as engineering geologists and ecologists will be well-suited to compete. The contract supports fair work practices, including adherence to the real Living Wage, offering ethical business prospects. Given the strategic importance of mitigating risks associated with renewable energy projects, this tender represents a substantial opportunity for firms to contribute to sustainable energy development in Scotland.

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

Notice Title

DECC Appraisal of Peat Landslide Hazard Risk Assessments

Notice Description

The Scottish Government Energy Consents Unit is seeking expert technical advice from qualified professionals on peat stability matters in relation to development proposals under section 36, 36C and 37 of the Electricity Act 1989.

Lot Information

Lot 1

The Scottish Ministers are the consenting authority for applications for the construction and operation of generating stations, and the installation of overhead lines, under sections 36 and 37 of the Electricity Act 1989 ("Electricity Act Applications"). The Energy Consents Unit processes a number of Electricity Act Applications (including some on peatland) which require an Environmental Impact Assessment, including wind farms with installed capacity in excess of 50 megawatts and overhead electric lines. In peatland areas, aside from potential ecological impacts there can be the risk of peat landslide as a result of the proposal, its engineering operations and its associated infrastructure (such as roads, access tracks, anemometer masts, substations and foundations) with the potential for risk to population and public safety where paths, roadways or properties may be impacted, or environmental pollution, especially where there is the potential for peat landslides to impact on nearby watercourses. As a result, where Electricity Act Applications are proposed on peatland habitats, comprehensive peat landslide hazard risk assessments (PLHRA) are required to be carried out in accordance with the Scottish Government "Peat Landslide Hazard and Risk Assessments: Best Practice Guide for Proposed Electricity Generation Developments" (published at https://www.gov.scot/publications/peat-landslide-hazard-risk-assessments-best-practice-guide-proposed-electricity/) and details are required to be included in EIA reports provided with the applications. In addition to processing Electricity Act Applications for consent, the Energy Consents Unit also has a role in considering proposals at pre-application stage, facilitating discussions with environmental stakeholders to enable design iterations to be made in light of environmental sensitivities, and establishing where mitigation measures may overcome environmental impacts which may arise from the deployment of projects. In order to determine the applications described above, the Energy Consents Unit requires access to technical expertise to audit the environmental information provided by developers against the Scottish Government Best Practice Guide referred to above; to make recommendations to Scottish Ministers on how any matters which fall short of best practice should be addressed; to provide advice and drafting input to Scottish Ministers on planning conditions which may be required to mitigate peat landslide risks; and to provide advice to Scottish Ministers on requirements for PLHRAs during EIA screening and scoping. These services may be required in the context on any of the applications under the Electricity Act which are determined by Scottish Ministers.

Options: It is not possible to predict the number of Electricity Act Applications or the number of peat landslide hazard risk assessments that will require appraisal during the term of the contract. This is dependent on the volume and nature of applications submitted by developers, over which the Scottish Government has no control. The total value of the contract, including any extension periods, is not anticipated to exceed 500,000 GBP excluding VAT. The Scottish Government may however, at its sole discretion, increase the value of the contract by up to 20% to a maximum of 600,000 GBP excluding VAT. Any increase to the contract value may only be applied where actual demand for the services exceeds 500,000 GBP during the contract term and/or any extension periods. Any increase shall not modify the nature, scope, or specification of the services, nor shall it alter the pricing mechanism, rates, or basis of payment set out in the contract.

Renewal: The contract will be for a period of 24 months commencing in July 2026. The Scottish Government may, by giving 30 days notice to the Service Provider, extend the period of the contract for up to 12 months. Subject to that constraint, the Scottish Government may extend the period of the Contract on more than one occasion.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-069330
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/041849-2026
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

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90711400 - Environmental Impact Assessment (EIA) services other than for construction

90714000 - Environmental auditing

Notice Value(s)

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

Notice Dates

Publication Date
7 May 20261 weeks ago
Submission Deadline
8 Jun 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Should there be an ongoing requirement for these services beyond the initial contract term, and the contract is not extended, further notices are likely to be published between January and March 2028. However, if the contract is extended by up to 12 months, further notices could be published at any point between July 2028 and March 2029.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
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 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

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-069330-2026-05-07T12:12:03+01:00",
    "date": "2026-05-07T12:12:03+01:00",
    "ocid": "ocds-h6vhtk-069330",
    "description": "The Single Procurement Document (Scotland) is a standard qualification questionnaire supplied by Scottish Ministers for all regulated procurements. The SPD (Scotland) is used to self-certify for the minimum requirements to tender for this contract opportunity and will be scored on a Pass/Fail basis. Each tender will be individually evaluated to identify the most economically advantageous service provider, based on the Price / Quality weightings detailed in this notice. Questions that form the Quality award criteria will be scored using the following methodology: 0 - Unacceptable; 1 - Poor; 2 - Acceptable; 3 - Good; 4 - Excellent Tenderers must also confirm that they will pay staff that are involved in the delivery of services under the contract at least the real Living Wage and meet standards on payment of any subcontractors. Tenderers who do not pass these questions will not be considered further. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31707. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:831252)",
    "initiationType": "tender",
    "tender": {
        "id": "CASE/845541",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DECC Appraisal of Peat Landslide Hazard Risk Assessments",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90714000",
            "description": "Environmental auditing"
        },
        "mainProcurementCategory": "services",
        "description": "The Scottish Government Energy Consents Unit is seeking expert technical advice from qualified professionals on peat stability matters in relation to development proposals under section 36, 36C and 37 of the Electricity Act 1989.",
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Ministers are the consenting authority for applications for the construction and operation of generating stations, and the installation of overhead lines, under sections 36 and 37 of the Electricity Act 1989 (\"Electricity Act Applications\"). The Energy Consents Unit processes a number of Electricity Act Applications (including some on peatland) which require an Environmental Impact Assessment, including wind farms with installed capacity in excess of 50 megawatts and overhead electric lines. In peatland areas, aside from potential ecological impacts there can be the risk of peat landslide as a result of the proposal, its engineering operations and its associated infrastructure (such as roads, access tracks, anemometer masts, substations and foundations) with the potential for risk to population and public safety where paths, roadways or properties may be impacted, or environmental pollution, especially where there is the potential for peat landslides to impact on nearby watercourses. As a result, where Electricity Act Applications are proposed on peatland habitats, comprehensive peat landslide hazard risk assessments (PLHRA) are required to be carried out in accordance with the Scottish Government \"Peat Landslide Hazard and Risk Assessments: Best Practice Guide for Proposed Electricity Generation Developments\" (published at https://www.gov.scot/publications/peat-landslide-hazard-risk-assessments-best-practice-guide-proposed-electricity/) and details are required to be included in EIA reports provided with the applications. In addition to processing Electricity Act Applications for consent, the Energy Consents Unit also has a role in considering proposals at pre-application stage, facilitating discussions with environmental stakeholders to enable design iterations to be made in light of environmental sensitivities, and establishing where mitigation measures may overcome environmental impacts which may arise from the deployment of projects. In order to determine the applications described above, the Energy Consents Unit requires access to technical expertise to audit the environmental information provided by developers against the Scottish Government Best Practice Guide referred to above; to make recommendations to Scottish Ministers on how any matters which fall short of best practice should be addressed; to provide advice and drafting input to Scottish Ministers on planning conditions which may be required to mitigate peat landslide risks; and to provide advice to Scottish Ministers on requirements for PLHRAs during EIA screening and scoping. These services may be required in the context on any of the applications under the Electricity Act which are determined by Scottish Ministers.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Overall Quality",
                            "type": "quality",
                            "description": "75"
                        },
                        {
                            "name": "Methodology",
                            "type": "quality",
                            "description": "40/100"
                        },
                        {
                            "name": "Project Team",
                            "type": "quality",
                            "description": "40/100"
                        },
                        {
                            "name": "Quality Assurance",
                            "type": "quality",
                            "description": "10/100"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5/100"
                        },
                        {
                            "name": "Business Continuity and Disaster Recovery",
                            "type": "quality",
                            "description": "5/100"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        }
                    ]
                },
                "value": {
                    "amount": 500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be for a period of 24 months commencing in July 2026. The Scottish Government may, by giving 30 days notice to the Service Provider, extend the period of the contract for up to 12 months. Subject to that constraint, the Scottish Government may extend the period of the Contract on more than one occasion."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "It is not possible to predict the number of Electricity Act Applications or the number of peat landslide hazard risk assessments that will require appraisal during the term of the contract. This is dependent on the volume and nature of applications submitted by developers, over which the Scottish Government has no control. The total value of the contract, including any extension periods, is not anticipated to exceed 500,000 GBP excluding VAT. The Scottish Government may however, at its sole discretion, increase the value of the contract by up to 20% to a maximum of 600,000 GBP excluding VAT. Any increase to the contract value may only be applied where actual demand for the services exceeds 500,000 GBP during the contract term and/or any extension periods. Any increase shall not modify the nature, scope, or specification of the services, nor shall it alter the pricing mechanism, rates, or basis of payment set out in the contract."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90711400",
                        "description": "Environmental Impact Assessment (EIA) services other than for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "SPD 4B.5: Insurance Requirements - the bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:",
                    "minimum": "SPD 4B.5.1a: Professional Risk Indemnity 2,000,000 GBP SPD 4B.5.1b: Employer's (Compulsory) Liability Insurance 5,000,000 GBP SPD 4B.5.2: Public Liability: 1,000,000 GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "SPD 4C.1.2 - Bidders are required to provide examples that demonstrate that they have the relevant experience to deliver the services. SPD 4C.4 - Bidders are required to provide a statement of the relevant supply chain management and/or tracking systems used. SPD 4C.6.1 - Bidders are required to confirm that their managerial staff have the relevant educational and professional qualifications listed below. SPD 4C.10 - Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "minimum": "SPD 4C.1.2 - at least one example which demonstrates relevant experience of carrying out appraisals of similar geotechnical or environmental risk assessments. SPD 4C.4 - 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. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of a) their standard payment terms; and b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. SPD 4C.6.1 - multidisciplinary team comprising at least three of the following disciplines: (i) Engineering geologist; (ii) Geomorphologist; (iii) Geotechnical engineer; (iv) Hydrogeologist/hydrologist; (v) Ecologist. These team members should be led by a Competent Person who will be chartered through an appropriate professional institution ( CEng, CGeol, CIWEM, MICE or equivalent). SPD 4C.10 - Bidders to provide details of subcontractors and their relevant obligations.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2026-06-08T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2026-06-08T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2026-06-08T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "Should there be an ongoing requirement for these services beyond the initial contract term, and the contract is not extended, further notices are likely to be published between January and March 2028. However, if the contract is extended by up to 12 months, further notices could be published at any point between July 2028 and March 2029."
        }
    },
    "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": "Stuart Riach",
                "email": "stuart.riach2@gov.scot",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.scot/",
                "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-1171",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "27 Chambers St",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1538",
        "name": "Scottish Government"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000831252"
        }
    ],
    "language": "en"
}