Section one: Contracting authority
one.1) Name and addresses
Scottish Government
Victoria Quay
Edinburgh
EH6 6QQ
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
OCEA-Provision of Oil and Gas Data Services
Reference number
788771
two.1.2) Main CPV code
- 76000000 - Services related to the oil and gas industry
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government has a requirement to place a contract with an external service provider for the provision of OCEA-Provision of Oil and Gas Data Services.
The Scottish Government’s Office of the Chief Economic Adviser (OCEA) works closely with the Scottish Government’s Directorate for Energy and Climate Change (DECC) to provide high quality analysis and evidence to support the Scottish Government’s policy with regards to the oil and gas sector.
two.1.5) Estimated total value
Value excluding VAT: £69,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 76000000 - Services related to the oil and gas industry
- 76100000 - Professional services for the gas industry
- 76200000 - Professional services for the oil industry
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government has a requirement to place a contract with an external service provider for the provision of OCEA-Provision of Oil and Gas Data Services.
The Scottish Government’s Office of the Chief Economic Adviser (OCEA) works closely with the Scottish Government’s Directorate for Energy and Climate Change (DECC) to provide high quality analysis and evidence to support the Scottish Government’s policy with regards to the oil and gas sector.
The Scottish Government is seeking to extend its analytical capacity and capability to inform policy making, by obtaining high quality data and external analysis relating to the Scottish and UK offshore oil and gas sectors.
The aim of this procurement is to continue to build on the capacity of the Scottish Government to access information which informs its understanding of the upstream oil and gas industry in the UK Continental Shelf (UKCS) including key trends and market outlooks, and existing trends and drivers of UK oil and gas sector developments.
This procurement for the Provision of Oil and Gas Data Services covers: the provision of data and, where relevant, all necessary training required by users and access to regularly updated analysis on the oil and gas industry.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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
Minimum Insurance Levels
Minimum level(s) of standards possibly required
Minimum Insurance Levels (In GBP):
Employers Liability: 5,000,000 (FIVE MILLION)
Public Liability: 1,000,000 (ONE MILLION)
Professional Indemnity: 500,000 (FIVE HUNDRED THOUSAND)
three.1.3) Technical and professional ability
List and brief description of selection criteria
Supply/Service Contracts – examples of relevant experience in last three years.
Supply Chain Management/Tracking Systems Used.
Proportion (%) to be Sub-Contracted.
Minimum level(s) of standards possibly required
Supply/Service Contracts – examples of relevant experience in last three years: Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.
Supply Chain Management/Tracking Systems Used: 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.
This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
Proportion (%) to be Sub-Contracted: Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of 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
4 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
4 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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29856. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:806450)
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