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
Telephone
+44 1312443567
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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