Contract

Ecological sampling at Scottish Offshore Wind Farms

  • Scottish Government

F03: Contract award notice

Notice identifier: 2025/S 000-086365

Procurement identifier (OCID): ocds-h6vhtk-059c49

Published 30 December 2025, 8:56am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Contact

Sophie Stark

Email

sophie.stark@gov.scot

Telephone

+44 412425466

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

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