Tender

Portfolio of Compensatory Measures for Seabirds

  • Scottish Government

F02: Contract notice

Notice identifier: 2025/S 000-019698

Procurement identifier (OCID): ocds-h6vhtk-050eb1

Published 8 May 2025, 12:51pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Email

Paul.packett@gov.scot

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.publiccontractsscotland.gov.uk

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

Portfolio of Compensatory Measures for Seabirds

Reference number

CASE/759915

two.1.2) Main CPV code

  • 79311000 - Survey services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government has a requirement to place a contract(s) with an external service provider for the provision of OWD –Portfolio of Compensatory Measures for Seabirds.

two.1.5) Estimated total value

Value excluding VAT: £330,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Predator control and biosecurity

Lot No

1

two.2.2) Additional CPV code(s)

  • 71355000 - Surveying services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 1

Predator control and biosecurity

Identify key actions.

Consider both invasive non-native (e.g. American mink, brown rats, other predators) and native (e.g. fox, hedgehog) mammal predator control and/or exclusion.

Where appropriate, avian predator control and/or exclusion should also be considered.

Consider both mainland and island colonies (not restricted to Scotland).

Detail a comprehensive biosecurity programme at appropriate spatial and temporal scales.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £80,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

14 July 2025

End date

21 November 2025

This contract is subject to renewal

Yes

Description of renewals

There will be an option to extend the contract by a further 4.5 months at the discretion of the Scottish Government

two.2.10) Information about variants

Variants will be accepted: No

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

two.2) Description

two.2.1) Title

Habitat management and restoration

Lot No

2

two.2.2) Additional CPV code(s)

  • 79311000 - Survey services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 2

Habitat management and restoration

Identify key actions required to deliver a programme of seabird habitat enhancement and restoration across land and sea to improve nesting and prey supporting habitats.

The implementation roadmap for this measure will build upon, but not be limited to, potential habitat management options identified by work being led by NatureScot and RSPB. This work will be provided to the successful contractor upon project inception.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

14 July 2025

End date

21 November 2025

This contract is subject to renewal

Yes

Description of renewals

There will be an option to extend the contract by a further 4.5 months at the discretion of the Scottish Government

two.2.10) Information about variants

Variants will be accepted: No

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

two.2) Description

two.2.1) Title

Fisheries management compensatory measures

Lot No

3

two.2.2) Additional CPV code(s)

  • 79311000 - Survey services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 3

Fisheries management compensatory measures

Identify key actions.

Consider potential fisheries closures/management, fisheries by-catch management and aquaculture.

Consider outputs of the Defra clean catch programme when available.

Consider just transition approaches and ensuring fairness for fishers in the implementation of fisheries management compensatory measures.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £70,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

14 July 2025

End date

21 November 2025

This contract is subject to renewal

Yes

Description of renewals

There will be an option to extend the contract by a further 4.5 months at the discretion of the Scottish Government.

two.2.10) Information about variants

Variants will be accepted: No

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

two.2) Description

two.2.1) Title

Restore and enhance supporting prey habitats

Lot No

4

two.2.2) Additional CPV code(s)

  • 79311000 - Survey services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 4

Restore and enhance supporting prey habitats

Identify key actions.

Focus on marine habitats relevant to seabird prey e.g. seagrass meadows, kelp forest.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

6

This contract is subject to renewal

Yes

Description of renewals

There will be an option to extend the contract by a further 6 months at the discretion of the Scottish Government

two.2.10) Information about variants

Variants will be accepted: No

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

two.2) Description

two.2.1) Title

Marine litter removal (at scale)

Lot No

5

two.2.2) Additional CPV code(s)

  • 79311000 - Survey services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 5

Marine litter removal (at scale)

Identify key actions to minimise incidental seabird mortality and that specifically reduce sources of litter that impact on seabird survival and resilience.

Consider litter from both domestic (e.g. dropped litter) and industrial sources (e.g. fishing nets).

Consider prevention actions that could support delivery of this measure.

Consider removal from terrestrial (breeding sites, beaches) and marine (seabird foraging areas) habitats.

We anticipate that to be effective this measure would need to implemented at a large spatial scale, consider the appropriate spatial scales for implementation of this measure.

Also consider just transition approaches in implementation and alignment with the Scottish Marine Litter Strategy.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

6

This contract is subject to renewal

Yes

Description of renewals

There will be an option to extend the contract by a further 6 months at the discretion of the Scottish Government

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

List and brief description of selection criteria:

4B.4 -The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice.

4B.5 - The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance

cover indicated in the relevant Contract Notice.

Minimum level(s) of standards required:

4B.4 -

Bidders must demonstrate a Current Ratio of no less than 0.8. Current Ratio will be calculated as follows: Total current assets divided by

Total current liabilities.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

4B.5 -

Professional Risk Indemnity Insurance - 2,000,000 GBP (A sum not less than)

Public Liability Insurance - 5,000,000 GBP (A sum not less than)

Employees Liability Insurance - 5,000,000 GBP (A sum not less than)

three.1.3) Technical and professional ability

List and brief description of selection criteria

List and brief description of selection criteria:

4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract.

4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm

whether they intend to subcontract and, if so, for what proportion of the contract.

Minimum level(s) of standards required:

4C.7 -

Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the

organisation plans to respond to it. 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 subcontract and, if so, for what proportion of the contract

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

9 June 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

9 June 2025

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

In the event that the contract exceeds the 330,000.00 budget the Scottish Government will have the discretion to increase the

budget.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29196. 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:

The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish

Ministers’ commitment to contributing to the social, economic & environmental well-being of the people of Scotland.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29196. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:798202)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Edinburgh

EH11LB

Country

United Kingdom