Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Person cyswllt: Sophie Stark
Ffôn: +44 412425466
E-bost: sophie.stark@gov.scot
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.scotland.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Ecological sampling at Scottish Offshore Wind Farms
Cyfeirnod: CASE/796997
II.1.2) Prif god CPV
73112000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
90700000
73112000
03000000
71354500
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 70
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
05/01/2026
Diwedd:
31/03/2027
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
There is a maximum of 3 months optional extensions.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
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
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2025/S 000-057353
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
10/11/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
10/11/2025
Amser lleol: 12:30
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30342. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Please describe how your organisation will deliver proportionate community benefits and contribute to addressing the climate emergency through the delivery of this contract. In your response you may include but are not limited to:
-Environmental impact mitigation measures, including how you will manage and reduce waste (e.g. single-use plastics, chemical preservatives, broken equipment) and minimise risks to marine habitats, animal welfare, and biosecurity.
-Approach to equipment use, including any steps to reduce reliance on single-use items, extend the life of sampling gear, or adopt more sustainable alternatives.
-Community benefit activities, such as using local vessels and personnel, offering training or outreach opportunities, or supporting community-led environmental initiatives near sampling sites.
-Innovations or improvements that enhance sustainability and promote inclusive growth, particularly in disadvantaged coastal or island communities.
(SC Ref:812759)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Sherrif Court House
27 Chamber Street
Edinburgh
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
10/10/2025