Tender

Scottish Seascapes: Isle of Eigg EcoMoorings

  • Marine Conservation Society

F02: Contract notice

Notice identifier: 2025/S 000-069415

Procurement identifier (OCID): ocds-h6vhtk-05a3b5

Published 29 October 2025, 2:17pm



Section one: Contracting authority

one.1) Name and addresses

Marine Conservation Society

Suite 7, CBC House, 24 Canning Street

Edinburgh

EH3 8EG

Email

procurement@mcsuk.org

Telephone

+44 1316334000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.mcsuk.org

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA29723

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Other type

Charity

one.5) Main activity

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Scottish Seascapes: Isle of Eigg EcoMoorings

Reference number

SS/001

two.1.2) Main CPV code

  • 45262421 - Offshore mooring work

two.1.3) Type of contract

Works

two.1.4) Short description

This invitation to tender covers 4 lots (contracts) to increase the resilience of seagrass meadows around the Isle of Eigg, Small Isles, Scotland through the planning, purchase and installation of Advance Mooring Systems (AMS). These contracts include the procurement of capital equipment. All procurement will be undertaken by the Marine Conservation Society in alignment with their procurement policy.

Priority locations have been identified by the community and seagrass surveys carried out in summer/autumn 2025. The contractor is expected to build upon this work, as well as take into consideration work undertaken by other initiatives and projects such as the ReMEDIES project on the south coast of England and any previous work carried out on the Isle of Eigg.

Building on previous work and with the help of the Scottish Seascapes Project Manager and the Isle of Eigg Heritage Trusts Scottish Seascapes Project Officer the contractor/s will deliver the following:

a) WP1: Front end engineering & design

b) WP2: Design & manufacture

c) WP3: Installation

d) WP4: Inspections & maintenance

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

Eco-mooring front end engineering & design

Lot No

1

two.2.2) Additional CPV code(s)

  • 45262421 - Offshore mooring work

two.2.3) Place of performance

NUTS codes
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance

Isle of Eigg

two.2.4) Description of the procurement

With the help of the Scottish Seascapes Project Manager and the Isle of Eigg Heritage Trusts Scottish Seascapes Project Officer the contractor/s will deliver *front end engineering & design* comprising the following:

a) Pre-project planning, to include assessment of the proposed area and finalisation of locations around Eigg;

b) Aid the Isle of Eigg Heritage Trust and the Scottish Seascapes Project Manager in securing relevant permissions and licences.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Cost criterion - Name: Cost / Weighting: 20

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

Duration in months

2

This contract is subject to renewal

Yes

Description of renewals

Extensions may be requested under extreme circumstances

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

two.2) Description

two.2.1) Title

Eco-mooring design & manufacture

Lot No

2

two.2.2) Additional CPV code(s)

  • 45262421 - Offshore mooring work

two.2.3) Place of performance

NUTS codes
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance

Isle of Eigg

two.2.4) Description of the procurement

With the help of the Scottish Seascapes Project Manager and the Isle of Eigg Heritage Trusts Scottish Seascapes Project Officer the contractor/s will deliver *design & manufacture* comprising the following:

a) Design and manufacture for up to 10 moorings, installed at the same time or split into 5 per year over 2 consecutive years;

b) Aid the Project Manager and the Isle of Eigg Heritage Trust select final AMS model(s) that suit the chosen locations and suit the community's needs;

c) Aid the Project Manager in sourcing suitable moorings.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Cost criterion - Name: Cost / Weighting: 20

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

Duration in months

2

This contract is subject to renewal

Yes

Description of renewals

An extension may be requested in extreme circumstances

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

two.2) Description

two.2.1) Title

Eco-mooring installation

Lot No

3

two.2.2) Additional CPV code(s)

  • 45262421 - Offshore mooring work

two.2.3) Place of performance

NUTS codes
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance

Isle of Eigg

two.2.4) Description of the procurement

With the help of the Scottish Seascapes Project Manager and the Isle of Eigg Heritage Trusts Scottish Seascapes Project Officer the contractor/s will deliver *eco-mooring installation* comprising the following:

a) Installation planning and recommendations for maintenance for up to 10 moorings, installed at the same time, or split into 5 per year over 2 consecutive years;

b) Organise and supervise the installation of the AMS;

c) Aid the Project Manager & Isle of Eigg Heritage Trust with finding suitable insurance policies for AMS.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Cost criterion - Name: Cost / Weighting: 20

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

Duration in months

2

This contract is subject to renewal

Yes

Description of renewals

An extension may be requested in extreme circumstances

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

two.2) Description

two.2.1) Title

Eco-mooring inspections & maintenance

Lot No

4

two.2.2) Additional CPV code(s)

  • 45262421 - Offshore mooring work

two.2.3) Place of performance

NUTS codes
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance

Isle of Eigg

two.2.4) Description of the procurement

With the help of the Scottish Seascapes Project Manager and the Isle of Eigg Heritage Trusts Scottish Seascapes Project Officer the contractor/s will deliver *inspections & maintenance* comprising the following:

a) Annual inspections

b) Maintenance costs

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Cost criterion - Name: Cost / Weighting: 20

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

Duration in months

2

This contract is subject to renewal

Yes

Description of renewals

An extension may be requested in extreme circumstances

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

This information is included in the Tender information

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

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

Accelerated procedure

Justification:

Short time-frame for completion.

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 000-060362

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 November 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

14 November 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Additional Deliverables: Report on work packages 1, 2 & 3 to aid replication of similar AMS deployment and Best Practice

Contractors should itemise their tender and provide a detailed timeline and spending package for each work package. Tenders should include:

- Total cost for each work package to include day rate and number of days, and VAT where applicable.

- A detailed methodology for undertaking the work with an explanation of ability to complete the project.

- Evidence of successful track record on projects of a similar nature and scale. Please include reference to procurement and installation of mooring systems or similar.

- The contract manager/lead contact should be identified. If there are a number of people delivering the contract, please indicate who will be doing each task and the allocation of days for each member of the team, the cost of any evaluation software, and any out-of-pocket expenses such as travel.

- Details of quality standards for goods/products and a statement of biosecurity measures that you will undertake.

- Timescales including any specific milestones that must be met. e.g. in the form of a Gantt chart, for carrying out the contract and an estimated invoice schedule.

- Confirmation of professional indemnity and public liability insurance of all those who will be delivering the work.

- Availability & start dates

Additional information:

As part of their tender, contractors must provide (on a separate sheet) full contact details for the legal entity we would be contracting with including the name, registered address (and any alternative address for accounts etc), contact name and numbers, payment and banking details and email and website addresses. This sheet will be removed as part of the tender assessment process. Contractors should ensure that no identifying information is included anywhere else on the tender. Work packages 2 & 3 are dependent on successful licensing applications and may be delayed until full licences are granted.

Final report – The final reports shall be presented as a digital copy in a single Microsoft Word file. All images, illustrations and maps will be embedded in the file and provided separately where they are large.

- Biological records – Any marine biological data shall be presented in an agreed format using approved data guidelines where available. A protocol must be submitted to Marine Conservation Society as part of the finalised project plan.

- Geo-spatial data – Geo-spatial data shall be presented in an agreed format using approved data guidelines where available. A protocol must be submitted to Marine Conservation Society as part of the finalised project plan.

- Metadata – Metadata in standard format must be submitted with the data. Metadata are information about the data, such as the subject matter; how and when the data were collected, etc.

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=814224.

(SC Ref:814224)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Sheriff Clerk's Office PO Box 23 1 Carlton Place Glasgow G5 9DA

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom