Tender

Evidence for Offshore Wind

  • Scottish Government

F02: Contract notice

Notice identifier: 2023/S 000-022625

Procurement identifier (OCID): ocds-h6vhtk-03ecd1

Published 3 August 2023, 3:02pm



The closing date and time has been changed to:

18 September 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Email

douglas.martin@gov.scot

Telephone

+44 1412420133

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

https://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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://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

Evidence for Offshore Wind

Reference number

Case/665986

two.1.2) Main CPV code

  • 90713000 - Environmental issues consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Evidence for Offshore Wind;1). Seabird foraging and avian flu and 2). Auk foraging ecology in the non-breeding season

two.1.5) Estimated total value

Value excluding VAT: £3,311,500

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

Evidence for Offshore Wind; Potential changes in seabird foraging range and distribution in response to Highly Pathogenic Avian Influenza (HPAI)

Lot No

1

two.2.2) Additional CPV code(s)

  • 90713000 - Environmental issues consultancy services
  • 73110000 - Research services
  • 73112000 - Marine research 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

East coast of Scotland

two.2.4) Description of the procurement

“Lot 1 - Evidence for Offshore Wind; Potential changes in seabird foraging range and distribution in response to Highly Pathogenic Avian Influenza (HPAI)", will use tagging data collected by the contractor and existing data collected by others to examine the potential effects of changes in colony size on foraging behaviour and ranges to improve evidence for offshore wind environmental assessments. Data will be collected across as much of the breeding season as is feasible i.e., incubation and chick rearing periods. Data analysis will focus on obtaining information on foraging distributions, ranges, and behaviour and the use of the marine environment. Data on seabird flight heights will also be extracted, analysed, and presented. The project will investigate the relationship between foraging ranges, colony size and prey availability and (where data allow) consider how these may have changed since the HPAI outbreak. Particular attention must be paid to assessing how the results of this study should be reflected in the apportioning approaches used in environmental impact assessments, and any changes to the existing models or parameters used for apportioning. The focus of the project will be the east coast of Scotland, but consideration should be given to other regions of Scotland for inclusion.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Quality criterion - Name: Understanding of Requirement / Weighting: 30

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,045,000

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

Duration in months

41

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Authority reserves the right to extend the period of contract for an additional period of up to 6 months ( 1 x 6 months), to no later than 30 September 2027.

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Evidence for Offshore Wind; Foraging ecology of guillemots and razorbills in the non-breeding season to understand consequences of potential displacement

Lot No

2

two.2.2) Additional CPV code(s)

  • 90713000 - Environmental issues consultancy services
  • 73110000 - Research services
  • 73112000 - Marine research services
  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This project, “Evidence for Offshore Wind; Foraging ecology of guillemots and razorbills in the non-breeding season to understand consequences of potential displacement”, will tag guillemots and razorbills with light-based geolocators (GLS) and time depth recorder (TDR) tags to gather data on foraging distribution and behaviour, during the post-breeding dispersal (July-October) and non-breeding (November-March) seasons. Stable isotope analysis of feathers taken during tagging at the breeding colony will be used in combination with foraging behaviour data to improve understanding of guillemot and razorbill diet outside of the breeding season. This improved understanding will be used to better understand the potential effects of displacement from offshore wind farms during these seasons.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Quality criterion - Name: Understanding of Requirment / Weighting: 30

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,266,500

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

Duration in months

41

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Authority reserves the right to extend the period of contract for an additional period of up to 6 months ( 1 x 6 months), to no later than 30 September 2027.

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


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

Financial Ratios (ESPD 4B6) - Bidders must demonstrate a Current Ratio of 1.2 or more.

Current Ratio will be calculated as follows: Total Current Assets divided by Total Current Liabilities.

Minimum level(s) of standards possibly required

Minimum level(s) of standards required:

- Public Liability Insurance (In the sum not less) - 1,000,000 GBP;

- Professional Indemnity Insurance (In the sum not less) - 2,000,000 GBP;

- Employer’s Liability Insurance - employer’s liability insurance in accordance with any legal obligation for the time being in force.

Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination 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

Originally published as:

Date

4 September 2023

Local time

12:00pm

Changed to:

Date

18 September 2023

Local time

12:00pm

See the change notice.

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 September 2023

Local time

12:00pm


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

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.

Tenderers are required to respond to Q4C.1.2 - Examples of similar service contracts, Q4C.4 relating to Supply Chain Management and Q4C.7 - Environmental Management and will also be asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage.

Tenderers who do not pass these questions will not be subject to Commercial Analysis. As a result the tender will not be considered further.

Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.

If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must

complete and reattach the SPD Supplier Response Form attached to SPD.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24793. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:740318)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom