Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
Contact
Laura Vivian
Telephone
+44 412425466
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/
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
ENFOR - Scottish Coastal LiDAR Survey
Reference number
CASE/787746
two.1.2) Main CPV code
- 71354200 - Aerial mapping services
two.1.3) Type of contract
Services
two.1.4) Short description
In support of the Scottish Government’s commitments within the Scottish National Adaptation Plan 3 (https://adaptation.scot/about/about-the-scottish-governments-national-adaptation-plan-snap3/) we are commissioning airborne LiDAR surveys of Scotland’s coastal zone, including the intertidal area.
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71351100 - Core preparation and analysis services
- 71350000 - Engineering-related scientific and technical services
- 71351200 - Geological and geophysical consultancy services
- 71351911 - Photogeology services
- 71351900 - Geology, oceanography and hydrology services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require LiDAR survey outputs for the proposed survey areas, which will be detailed within the specification, including LAS files, Digital Surface Models, Digital Terrain Models and associated QA assurance statements. The Areas of Interest define the anticipated extent of the LiDAR survey.
These extend over multiple geographic areas, as defined within the specification.
We anticipate that the surveys will need to be phased to coincide with appropriate low tide conditions. We anticipate that ‘standard LiDAR sensor’ will be used, though if the contractor proposed to use Green LiDAR / Marine LiDAR to deliver the same outputs whilst the tide is in, then we remain open to these approaches. Given the expansive areas, we do not expect UAV/Drone surveys to be appropriate.
two.2.5) Award criteria
Quality criterion - Name: Understanding of the Requirement / Weighting: 40%
Quality criterion - Name: Resource and Expertise / Weighting: 30%
Quality criterion - Name: Project Delivery / Weighting: 10%
Quality criterion - Name: Risk, Business Continuity And Disaster Recovery (BCDR) / Weighting: 10%
Quality criterion - Name: Climate Emergency / Weighting: 5%
Quality criterion - Name: Fair Work First / Weighting: 5%
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
5
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: 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
Current Ratio
Minimum Insurance Levels
Minimum level(s) of standards possibly required
Bidders must demonstrate a Current Ratio of no less than 1.0, based on their most recently published accounts.
Current Ratio will be calculated as follows: Net current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
If the tenderer (or any consortia or reliance partner) does not meet the requirements in relation to the current ratio then the audited financial accounts of the tenderer (or consortia or reliance partner) will be used to conduct an assessment of the risk of business failure. Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above.
If the tenderer (or any consortia or reliance partner) does not pass the above assessment and is unable to provide a Parent Company Guarantee or some other form of assurance, this will result in a fail and the bidder may be excluded.
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 of insurance indicated below.
Employer's (Compulsory) Liability Insurance = in accordance with any legal obligations
Public Liability Insurance = 2 million GBP
Professional Indemnity Insurance = 2 million GBP
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-028786
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 September 2025
Local time
12:00pm
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
1 September 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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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.
Tenderers are 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.
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.
4C4 SPD If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain.
4C7 SPD Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond.
The buyer is using PCS-Tender to conduct this ITT exercise.
The Project code is 29646 and the ITT code is 59935. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise.
The Project code is 29646. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29646. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:803671)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom