Contract

Marine Planning & Licensing Framework

  • Scottish Government

F03: Contract award notice

Notice identifier: 2023/S 000-016220

Procurement identifier (OCID): ocds-h6vhtk-037dd6

Published 8 June 2023, 8:39am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

Marine Scotland, Marine Laboratory, 375 Victoria Road, Torry

Aberdeen

AB11 9DB

Contact

Bob McLeod

Email

bob.mcleod@gov.scot

Telephone

+44 1312443567

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Marine Planning & Licensing Framework

Reference number

CASE/207967

two.1.2) Main CPV code

  • 90700000 - Environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

The framework will be used by Marine Scotland Planning, Performance and Management Team to call off for a wide range of services in relation to marine planning and licensing.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £1,266,630 / Highest offer: £1,319,991 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71313000 - Environmental engineering consultancy services
  • 71314000 - Energy and related services
  • 71318000 - Advisory and consultative engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Around Scotland and on offshore areas around Scotland

two.2.4) Description of the procurement

The framework will be used by Marine Scotland Planning, Performance and Management Team to call off for a wide range of services in relation to marine planning and licensing.

Services to support wider marine planning initiatives such as the further roll-out of the Marine Protected Area (MPA) management measures and the delivery of Highly Protected Marine Areas, update of the National Marine Plan and related sectoral policies may also be required through the framework. The framework will also be required to support projects that contribute to wider protection of vulnerable marine features, climate change mitigation in the marine environment, as well as national conservation strategies for features such as mobile species. This is likely to involve the analysis of data from scientific survey work in relation to Priority Marine Features (PMFs).

It is also envisaged that the framework may be required to cover work related to new legislative powers given to Scottish Ministers in relation to the management of the marine environment. This may involve sectoral policy development and review, scientific survey work and data analysis in relation to a broad range of environmental topics and marine sectors.

Information will be provided by Marine Scotland defining requirement and suitable plans, tools or services will be provided in response by the Supplier.

two.2.5) Award criteria

Quality criterion - Name: Understanding and Delivery of Requirements / Weighting: 30

Quality criterion - Name: Staff Competence, Knowledge and Experience / Weighting: 30

Quality criterion - Name: Framework Management & Coordination / Weighting: 15

Quality criterion - Name: Quality Assurance / Weighting: 10

Quality criterion - Name: Corporate & Social Responsibilities / Weighting: 10

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 30

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-030736


Section five. Award of contract

Contract No

CASE/207967

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 May 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

ABPmer

Medina Chambers, Town Quay

Southampton

SO14 2AQ

Telephone

+44 2380711888

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Atkins

2 Atlantic Square, York Street

Glasgow

G2 8JQ

Telephone

+44 1412202561

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,000,000

Lowest offer: £1,266,630 / Highest offer: £1,319,991 taken into consideration


Section six. Complementary information

six.3) Additional information

SPD will be scored on a pass/fail basis.

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. 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.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=538689.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:734777)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Telephone

+44 131252525

Country

United Kingdom