Ecological sampling at Scottish Offshore Wind Farms

A Tender Notice
by SCOTTISH GOVERNMENT

Source
Find a Tender
Type
Contract (Services)
Duration
15 month
Value
___
Sector
ENVIRONMENT
Published
10 Oct 2025
Delivery
05 Jan 2026 to 31 Mar 2027
Deadline
10 Nov 2025 12:00

Related Terms

Location

Glasgow

Geochart for 2 buyers and 0 suppliers

2 buyers

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.

Total Quantity or Scope

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.

Renewal Options

There is a maximum of 3 months optional extensions.

Award Criteria

Quality 70.0
PRICE 30.0

CPV Codes

  • 73112000 - Marine research services
  • 90700000 - Environmental services
  • 03000000 - Agricultural, farming, fishing, forestry and related products
  • 71354500 - Marine survey services

Indicators

  • Bids should cover the whole contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Staff qualifications are relevant.
  • Award on basis of price.

Other 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30342. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: Please describe how your organisation will deliver proportionate community benefits and contribute to addressing the climate emergency through the delivery of this contract. In your response you may include but are not limited to: -Environmental impact mitigation measures, including how you will manage and reduce waste (e.g. single-use plastics, chemical preservatives, broken equipment) and minimise risks to marine habitats, animal welfare, and biosecurity. -Approach to equipment use, including any steps to reduce reliance on single-use items, extend the life of sampling gear, or adopt more sustainable alternatives. -Community benefit activities, such as using local vessels and personnel, offering training or outreach opportunities, or supporting community-led environmental initiatives near sampling sites. -Innovations or improvements that enhance sustainability and promote inclusive growth, particularly in disadvantaged coastal or island communities. (SC Ref:812759)

Reference

  • FTS 064086-2025

Domains