Section one: Contracting authority
one.1) Name and addresses
Food Standards Scotland (FSS)
4th Floor, Pilgrim House, Old Ford Road
Aberdeen
AB11 5RL
Contact
Maxine Mullen
Telephone
+44 1224285172
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=AA24524
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.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.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
Scottish Authorities Food Enforcement Rebuild (SAFER) Food Business Social Research
Reference number
CASE/792740
two.1.2) Main CPV code
- 73110000 - Research services
two.1.3) Type of contract
Services
two.1.4) Short description
FSS has a requirement for research to be conducted and evidence gathered from Food Business Operators to support both the development of the SAFER programme as well as FSS’s statutory business-as-usual responsibilities to support businesses to comply with food law.
two.1.5) Estimated total value
Value excluding VAT: £120,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73110000 - Research services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Requirement for research to be conducted and evidence gathered from Food Business Operators to support both the development of the SAFER programme as well as FSS’s statutory business-as-usual responsibilities to support businesses to comply with food law.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
8
This contract is subject to renewal
Yes
Description of renewals
Option to extend for additional 4 months at sole discretion of the Purchaser
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
As part of the contract agreement, A rate card will be obtained to provide fixed costing for any additional Ad-Hoc research required in connection to research subject matter and solely within specified contract period.
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
INSURANCE(s)
Minimum level(s) of standards possibly required
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employers (compulsory) Liability Insurance in accordance with any legal obligations at the time being in force.
Public Liability Insurance = 1 Million GBP
Professional Indemnity Insurance = 1 Million GBP
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Stated within tender documents
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 August 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
13 August 2025
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
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=799567.
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:799567)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=799567
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court & Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom