ºÚÁÏÉç

Construction Tenders

06 April 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 6th Mar 2026

Tender Details
Referenceocds-h6vhtk-066435
Common Procurement VocabularyLaboratory services
Procurement MethodOpen procedure
Value£200,000
« Previous Page

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 6th Mar 2026

Tender Details
Referenceocds-h6vhtk-066435
Common Procurement VocabularyLaboratory services
Procurement MethodOpen procedure
Value£200,000

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Email

ross.cameron [at] gov.scot

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

Buyer's address

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Fish Stomach Content & Benthic Sample Analysis

Reference number

Case/799938

II.1.2) Main CPV code

  • 71900000 - Laboratory services

II.1.3) Type of contract

Services

II.1.4) Short description

The Scottish Ministers, Marine Directorate, seek to appoint a suitably qualified Supplier to deliver Fish Stomach Content & Benthic Sample Analysis.

II.1.5) Estimated total value

Value excluding VAT: £200,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 73111000 - Research laboratory services
  • 90711500 - Environmental monitoring other than for construction

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

The Scottish Ministers, Marine Directorate, seek to appoint a suitably qualified Supplier to deliver specialist laboratory analysis in support of the ECOCHANGE programme. ECOCHANGE (Ecosystem Consequences of Changes to Habitats and implications for a Net Gain Energy approach) is investigating how marine growth on offshore wind infrastructure influences food web dynamics within the North Sea. The outputs of this contract will provide essential ecological evidence to inform Scotland’s Marine Nature Positive policy development.

To support this work, the Supplier will analyse a range of marine biological samples collected across the North Sea. This includes up to 245 Day Grab sediment samples for infauna identification (ID), with most samples supplied frozen and up to 20% preserved in formalin for detailed ID, abundance and biomass assessment. Each grab sample set will also include a 50 ml subsample for Particle Size Analysis (PSA).

The requirement further includes stomach content analysis of up to 730 frozen fish specimens, together with the assessment of 20 settlement panels to quantify marine growth and species composition.

Together, these analytical components will allow ECOCHANGE to assess how offshore wind developments may be altering habitat structure, prey availability and trophic interactions across the North Sea.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: £200,000

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

Start date

8 June 2026

End date

7 February 2027

This contract is subject to renewal

Yes

Description of renewals

The Purchaser may, by giving notice to the Service Provider, extend the period of the Contract to a date falling no later than 21 March 2027. Subject to that constraint, the Purchaser may extend the period of the Contract on more than one occasion.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

4B4. The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice are as follows:

4B.5 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:

Minimum level(s) of standards possibly required

4B.4 - Bidders must demonstrate a Current Ratio of no less than 1. Current Ratio will be calculated as follows: Total current assets divided by Total current liabilities.

4B.5 - Minimum level(s) of standards required:

- Public Liability 1,000,000 GBP(A sum not less than)

- professional indemnity insurance in the sum of not less than 500,000 GBP (each and every claim); and

- Employers Liability (Legal Requirement) 5,000,000 GBP ( A sum not less than)

III.1.3) Technical and professional ability

List and brief description of selection criteria

4C.4 - Provide a statement of the relevant supply chain management and/or tracking systems used.

4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract.

4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Minimum level(s) of standards possibly required

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.

4C.7 - Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. 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 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 April 2026

Local time

12:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

10 April 2026

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31356. For more information see:

A sub-contract clause has been included in this contract. For more information see:

(SC Ref:825678)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court & Justice of the Peace Court

Edinburgh

EH11LB

Country

United Kingdom