- Scope 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)
- Lot 2. Evidence for Offshore Wind; Foraging ecology of guillemots and razorbills in the non-breeding season to understand consequences of potential displacement
Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 1412420133
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.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