← Back to opportunities

Delivery Partner for Nature Restoration Fund & Related Grounds Projects

Inverclyde Council

Buyer Contact Info

Buyer Name: Inverclyde Council

Buyer Address: Procurement, Municipal Buildings, Clyde Square, Greenock, UKM83, PA15 1LX, United Kingdom

Contact Name: Daniel O'Donnell

Contact Email: daniel.odonnell@inverclyde.gov.uk

Status
active
Procedure
open
Value
300000.0 GBP
Published
06 Mar 2026, 10:42
Deadline
07 Apr 2026, 11:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
92533000 - Nature reserve services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The Nature Restoration Fund supports projects which are designed to tackle both climate change and the loss of biodiversity, through projects that restore the local natural environment. Projects can include habitat and species restoration, coastal and marine protection, eradication, or replacement of non-invasive species and works that support these aims

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: For the purposes of this contract the Delivery Partner will be responsible for. - Reviewing Inverclyde’s geographical area and identifying suitable projects that will restore the local natural environment - Assisting with bids for future Nature Restoration Funding - Identifying additional relevant funding streams which meet the aims of the overall brief. - Assisting in developing the specifications for procurement exercises that are identified in relation to agreed projects and selection of suitably qualified and competent contractors. - Fully managing the identified projects which should include but is not limited to: - - the works undertaken by all contractors involved in the delivery of the projects ensuring that all works are completed on time, within budget and to the appropriate standard. - Ensuring that there are adequate management arrangements in place throughout the term of the project so that the works can be carried out as safely as possible. - The above will include but not be restricted to, all relevant Health & Safety compliance such as Work at Height, CDM co-ordination, and arrangements for suitable welfare facilities. - Identifying on behalf of the Council any potential partnership organisations that can assist and provide further additional benefits in this relation to this project at no additional cost.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Award Criterion (quality): Funding Expertise / Leverage Funding

Lot 1 Award Criterion (quality): Delivery Partner Role

Lot 1 Award Criterion (quality): Social Value Outcomes Menu

Lot 1 Award Criterion (quality): Social Value Supporting Methodology

Lot 1 Award Criterion (quality): Fair Work First

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-FTS-52718",
    "name": "Inverclyde Council"
  },
  "date": "2026-03-06T10:42:22Z",
  "description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016\nTenderers will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certification, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate.\nIt will also be a condition of contract that Tenderers comply with Inverclyde Council`s General Conditions of Contract, Specification \u0026 Contract Information for Tenderers.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31167. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nThe Tenderer acknowledges that the Council will seek to achieve Social Values through the Tender process.\n(SC Ref:825228)",
  "id": "020264-2026",
  "initiationType": "tender",
  "language": "en",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000825228",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-h6vhtk-0663db",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Greenock",
        "postalCode": "PA15 1LX",
        "region": "UKM83",
        "streetAddress": "Procurement, Municipal Buildings, Clyde Square"
      },
      "contactPoint": {
        "email": "daniel.odonnell@inverclyde.gov.uk",
        "name": "Daniel O\u0027Donnell",
        "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
      },
      "details": {
        "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168",
        "classifications": [
          {
            "description": "Regional or local authority",
            "id": "REGIONAL_AUTHORITY",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.inverclyde.gov.uk"
      },
      "id": "GB-FTS-52718",
      "identifier": {
        "legalName": "Inverclyde Council"
      },
      "name": "Inverclyde Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Greenock",
        "postalCode": "PA15 1TR",
        "streetAddress": "Sheriff Court House,1 Nelson Street,"
      },
      "id": "GB-FTS-36693",
      "identifier": {
        "legalName": "Greenock Sheriff Court and Justice of the Peace Court"
      },
      "name": "Greenock Sheriff Court and Justice of the Peace Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2026-04-07T12:00:00+01:00"
    },
    "bidOpening": {
      "address": {
        "streetAddress": "Tenders will be opened remotely using the PCS-T"
      },
      "date": "2026-04-07T12:00:00+01:00"
    },
    "classification": {
      "description": "Nature reserve services",
      "id": "92533000",
      "scheme": "CPV"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The Nature Restoration Fund supports projects which are designed to tackle both climate change and the loss of biodiversity, through projects that restore the local natural environment. Projects can include habitat and species restoration, coastal and marine protection, eradication, or replacement of non-invasive species and works that support these aims",
    "hasRecurrence": true,
    "id": "ENV0615",
    "items": [
      {
        "deliveryAddresses": [
          {
            "region": "UKM83"
          }
        ],
        "deliveryLocation": {
          "description": "Inverlcyde"
        },
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "18",
              "name": "Funding Expertise / Leverage Funding",
              "type": "quality"
            },
            {
              "description": "15",
              "name": "Delivery Partner Role",
              "type": "quality"
            },
            {
              "description": "3",
              "name": "Social Value Outcomes Menu",
              "type": "quality"
            },
            {
              "description": "2",
              "name": "Social Value Supporting Methodology",
              "type": "quality"
            },
            {
              "description": "2",
              "name": "Fair Work First",
              "type": "quality"
            },
            {
              "description": "60",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 1080
        },
        "description": "For the purposes of this contract the Delivery Partner will be responsible for.\n- Reviewing Inverclyde\u2019s geographical area and identifying suitable projects that will restore the local natural environment\n- Assisting with bids for future Nature Restoration Funding\n- Identifying additional relevant funding streams which meet the aims of the overall brief.\n- Assisting in developing the specifications for procurement exercises that are identified in relation to agreed projects and selection of suitably qualified and competent contractors.\n- Fully managing the identified projects which should include but is not limited to: -\n- the works undertaken by all contractors involved in the delivery of the projects ensuring that all works are completed on time, within budget and to the appropriate standard.\n- Ensuring that there are adequate management arrangements in place throughout the term of the project so that the works can be carried out as safely as possible.\n- The above will include but not be restricted to, all relevant Health \u0026 Safety compliance such as Work at Height, CDM co-ordination, and arrangements for suitable welfare facilities.\n- Identifying on behalf of the Council any potential partnership organisations that can assist and provide further additional benefits in this relation to this project at no additional cost.",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The Contract period will be 36 months with an optional 2 x 12 month extension period. The extension period will be at the sole discretion of Inverclyde Council and subject to available budget."
        },
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "description": "If the services are still required and budget is confirmed then a retender may be undertaken."
    },
    "selectionCriteria": {
      "criteria": [
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "4B.1.2 Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following:\n(a) Where the tenderers Dun \u0026 Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check).\nOR\n(b) Where the tenderers Dun \u0026 Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check).\nPLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW:\nAPPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT\u2019S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D\u0026B FINANCIAL CHECK.\nYou must provide your average yearly turnover for the last 2 years.\nTurnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.\nIf you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question.\nIf you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder.\n4B.5.1a/4B.5.1b/4B.5.2 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:\nEmployer\u0027s (Compulsory) Liability Insurance = 5M GBP\nPublic Liability Insurance = 10M GBP\nProfessional Indemnity Insurance = 5M GBP / 6 Years",
          "type": "economic"
        },
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "4C.1.2 Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the Contract which were similar in regards to scope, scale, value and duration.\n4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.\n4D.1 QUALITY MANAGEMENT PROCEDURES\nThe bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),\nOR\nThe bidder must have the following:\na. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.\n4D.1 HEALTH \u0026 SAFETY\nThe bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the supplier attachment area in PCS-T (file name \"Contract Notice Additional Information\")",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
    "submissionTerms": {
      "bidValidityPeriod": {
        "durationInDays": 120
      },
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2026-04-07T12:00:00+01:00"
    },
    "title": "Delivery Partner for Nature Restoration Fund \u0026 Related Grounds Projects",
    "value": {
      "amount": 300000.0,
      "currency": "GBP"
    }
  }
}