Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
Contact
Sophie Stark
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.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
Ecological sampling at Scottish Offshore Wind Farms
Reference number
CASE/796997
two.1.2) Main CPV code
- 73112000 - Marine research services
two.1.3) Type of contract
Services
two.1.4) Short description
The Marine Directorate (MD) has a requirement for an external provider to undertake marine sampling for a selection of target species across a range of functional groups (e.g. fish, benthic and plankton) at four offshore wind farm sites and adjacent control areas, on the east coast of Scotland. Sampling will be carried out across 3 phases: winter 2025-spring 2026 , summer 2026 and autumn 2026.
This sampling work will contribute to the ECOCHANGE Project (Consequences of Changes to Habitats and implications for a Net Gain Energy approach), led by the Scottish Government’s Marine Directorate, alongside the University of Liverpool the University of Glasgow SUERC and funded by The Crown Estate’s Offshore Wind Evidence and Change programme. The samples collected through this work will be analysed through a subsequent workstream (not included in the scope of this contract) and the data will ultimately provide insight into the food web structure within the North Sea marine ecosystem and how food webs may be impacted by OWF infrastructure. Understanding this relationship is crucial with the increase in development of OWFs to reach Net Zero targets. This work will shed light on the effect of OWF infrastructure on marine biodiversity which will inform Marine Enhancement and Nature Positive policies.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £359,210
two.2) Description
two.2.2) Additional CPV code(s)
- 90700000 - Environmental services
- 73112000 - Marine research services
- 03000000 - Agricultural, farming, fishing, forestry and related products
- 71354500 - Marine survey services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The procurement will follow an Open Procedure.
4C.4 Bidders must confirm that they will include the standard clause in all contracts used in the delivery of the requirements, ensuring payment of subcontractors at all stages of the supply chain within 30 days and include a point of contact for subcontractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance and provision of evidence and reporting to the Scottish Government on a regular basis. Bidders who fail to answer “Yes” to this question will not have their tender considered further.
4C.7 Light Touch: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: Evidence that their organisation has taken steps to build their awareness of the climate change emergency and consideration of how they will respond. This should include details of planned projects and actions to reduce the bidder’s carbon emissions.
4C.10 Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the contract.
Bidders must confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. Any tenderer who answers "No" to this question will not be subject to further evaluation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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 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 000-064086
Section five. Award of contract
Contract No
CASE/796997
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 December 2025
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Ocean Ecology
River Office, Severnside Park, Epney
Gloucester
GL2 7LN
Telephone
+44 1452740697
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £359,210
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 30 %
Short description of the part of the contract to be subcontracted
Karelle Fishing LLP (Kinnaird Marine) for Vessel Provision.
Section six. Complementary information
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.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.
(SC Ref:819499)
six.4) Procedures for review
six.4.1) Review body
Sherrif Court House
27 Chamber Street
Edinburgh
Country
United Kingdom