Construction Tenders

30 April 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 9th Jan 2025

Tender Details
Referenceocds-h6vhtk-04ceb4
Common Procurement VocabularyEnvironmental issues consultancy services
Procurement MethodOpen procedure
Value£145,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 9th Jan 2025

Tender Details
Referenceocds-h6vhtk-04ceb4
Common Procurement VocabularyEnvironmental issues consultancy services
Procurement MethodOpen procedure
Value£145,000

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Email

campbell.forsyth2 [at] gov.scot

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

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

www.publictendersscotland.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.publictendersscotland.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Characterising Electromagnetic Fields and Impacts

Reference number

CASE / 700977

II.1.2) Main CPV code

  • 90713000 - Environmental issues consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

A Targeted Approach To Characterising EMF From Subsea Cables and Understanding Potential Impacts on Fish and Benthic Species

II.1.5) Estimated total value

Value excluding VAT: £145,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90713000 - Environmental issues consultancy services
  • 73112000 - Marine research services
  • 73000000 - Research and development services and related consultancy services
  • 73110000 - Research services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

The Scottish Government invites a tender from a suitable Service Provider to provide a targeted approach to characterising electromagnetic fields (EMF) from subsea cables and their potential impacts on fish and benthic species.

The Service Provider will provide a technical but accessible review of present methods employed to characterise EMFs and their effects on species. The review will include an assessment of EMF modelling with relevant cable scenarios, methods to measure EMFs in addition to methods to assess impacts on receptive species, with a suite of associated recommendations.

This tender will contribute to the overall understanding of EMF emissions and how species effects may be assessed. This is a precursor to understanding potential population level impacts. The critique of methods, and recommendations will improve subsequent efforts to experimentally assess effects on marine species and support future planning and consenting of sustainable offshore wind.

II.2.5) Award criteria

Quality criterion - Name: UNDERSTANDING THE REQUIREMENT / Weighting: 45

Quality criterion - Name: PROJECT RESOURCE / EXPERTISE / Weighting: 32.5

Quality criterion - Name: SCHEDULE OF WORK / Weighting: 5

Quality criterion - Name: QUALITY & RISK / Weighting: 5

Quality criterion - Name: CLIMATE EMERGENCY / Weighting: 5

Quality criterion - Name: COMMUNITY BENEFITS / Weighting: 0

Quality criterion - Name: FAIR WORK FIRST / Weighting: 5

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: £145,000

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

Duration in months

14

This contract is subject to renewal

Yes

Description of renewals

The Purchaser reserves the right extend the contract for a period of up to 3 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract value is not anticipated to exceed 145,000 GBP inclusive of optional extensions.

In accordance with Regulation 72(1) of the Public Contracts (Scotland) Regulations 2015, the volume of services may be modified at the sole discretion of the Purchaser from the estimated volume specified in the contract.

The Pricing Schedule of the Contract provides a mechanism to manage adjustment the services IF required.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria

4B.4 - Financial Ratios

4B.5.1a/b and 4B.5.2 - Insurance

Minimum level(s) of standards possibly required

4B.4 - Bidders must demonstrate a Current Ratio of not less than 1.0

Current Ratio will be calculated as follows:

Total Current Assets divided by Total current liabilities.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

4B.5.1 - 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 and levels of insurance indicated below:

4B.5.1b - Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP

4B.5.2 - Public Liability Insurance (including Abuse Liability) = 5,000,000 GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2 - Relevant Experience

4C.4 - Supply Chain Management/Tracking Systems Used

4C.7 - Environmental Management

4C.10 - Proportion (%) to be Sub-Contracted

Minimum level(s) of standards possibly required

4C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies within the past 356 months.

4C.4 - 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.

Note:

Accepted evidence includes but is not limited to:

- extract of terms & conditions detailing standard payment terms

- a summarised accounts payable report showing payment on time performance

- credit report

4C.7 - Bidders are required to provide details of the environmental management measures which will be available when performing the contract:

4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

III.2) Conditions related to the contract

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

10 February 2025

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

10 February 2025

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Single Procurement Document will be scored on a pass/fail basis.

Award Criteria Questions can be found in the ITT together with the weightings.

Question scoring methodology for award criteria outlined in Invitation to Tender.

Bidders must complete the SPD (Scotland) to demonstrate adherence to the exclusion and selection criteria for this procurement.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: Community benefits have been considered and are not directly related to the type of services required. However, the standard information in the Scottish Government approach to community benefits will be inserted into the ITT and bidders will be asked to outline their approach to community benefits as a non-scored response. If successful, the winning bidder will be required to discuss the content of their community benefit proposal and agree a plan for the delivery of the agreed community benefits which will become a condition of the contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28339. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:787363)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh [at] scottishcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom