Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DECC - Annual Statutory Reporting: Climate Change Duties

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04a470
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
26 February 2025
Deadline date:
05 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Scottish Government is planning to procure the provision of services to manage, collect, quality assure, collate and analyse the annual statutory reporting of public bodies’ climate change duties.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

Victoria Quay

Edinburgh

EH6 6QQ

UK

Telephone: +44 1312443619

E-mail: michael.brydon@gov.scot

NUTS: UKM

Internet address(es)

Main address: http://www.scotland.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

I.2) 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:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DECC - Annual Statutory Reporting: Climate Change Duties

Reference number: 722678

II.1.2) Main CPV code

79411000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Scottish Government is planning to procure the provision of services to manage, collect, quality assure, collate and analyse the annual statutory reporting of public bodies’ climate change duties.

II.1.5) Estimated total value

Value excluding VAT: 516 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48000000

48224000

72266000

71314300

71621000

79411000

90713000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Scottish Government is planning to procure the provision of services to manage, collect, quality assure, collate and analyse the annual statutory reporting of public bodies’ climate change duties.

More than 180 public bodies are required to submit and publish reports each year to demonstrate compliance with their duties under Climate Change (Scotland) Act 2009.

Section 46(1)(a) of the Climate Change (Scotland) Act 2009 makes provision for Scottish Ministers to require relevant public bodies to prepare reports on their compliance with the climate change duties (mitigation, adaptation and sustainability).

The expectation is that the contractor will provide effective support to public bodies to ensure the continuation of a high compliance rate, whilst introducing improvements to the current arrangements for collecting and analysing the reports.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Optional 24 month extension

II.2.9) Information about the limits on the number of candidates to be invited

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:

Financial Ratio

Minimum Insurance Levels


Minimum level(s) of standards required:

Financial Ration - Current Ratio is equal to or greater than 1.0 (Current Assist / Current Liabilities)

Insurances

Public Liability - 1 million GBP

Professional Indemnity - 1 million GBP

Employer’s liability - 5 million GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria:

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

4C.7 - Environmental Management Measures.

4C.10 - Subcontractors


Minimum level(s) of standards 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 - Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: - a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.

4C.10 - Please provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract.

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 Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-031292

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

Date: 05/03/2025

Local time: 12:00

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

EN

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: 05/03/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28440. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:788628)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House, 27 Chamber Street

Edinburgh

EH1 1LB

UK

Internet address(es)

URL: https://www.scotcourts.gov.uk/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/edinburgh-sheriff-court-and-justice-of-the-peace-court/

VI.5) Date of dispatch of this notice

27/01/2025

Coding

Commodity categories

ID Title Parent category
71314300 Energy-efficiency consultancy services Energy and related services
90713000 Environmental issues consultancy services Environmental management
79411000 General management consultancy services Business and management consultancy services
72266000 Software consultancy services Software-related services
48000000 Software package and information systems Computer and Related Services
71621000 Technical analysis or consultancy services Analysis services
48224000 Web page editing software package Internet and intranet software package

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
michael.brydon@gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.