Award

Provision of Post Consent Advisory Services: Renewable Energy Projects

ORKNEY ISLANDS COUNCIL

This public procurement record has 3 releases in its history.

Award

29 Dec 2021 at 11:35

Tender

24 Sep 2021 at 11:15

TenderUpdate

24 Sep 2021 at 11:15

Summary of the contracting process

The Orkney Islands Council is currently engaged in a public procurement process entitled "Provision of Post Consent Advisory Services: Renewable Energy Projects," tailored to support the development of three wind farm sites as part of Orkney's Community Wind Farm Project. This procurement falls within the energy and related services industry category and is located in Orkney Islands, UK. The procurement is at the "Tender" stage, with the submission deadline set for 27 September 2021, necessitating timely responses from interested parties. The total value of this tender is £250,000, and the process follows an open procurement method.

This tender offers significant opportunities for businesses specialising in financial/commercial advisory, legal consultancy, and technical services tailored to renewable energy projects. Small and medium-sized enterprises (SMEs) are particularly well-positioned to compete, as the work is divided into specific lots, thereby facilitating manageable bid submissions. Companies providing advice on financial modelling, project governance, or technical assessments for wind farm developments will find this to be a valuable opportunity to expand their portfolio and engage in impactful renewable energy initiatives.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Post Consent Advisory Services: Renewable Energy Projects

Notice Description

Orkney Islands Council has a requirement for expert financial/commercial, technical, and legal advisers in relation to the potential development of three wind farm sites comprising Orkney's Community Wind Farm Project from consent towards construction. Work will include providing advice on a potential Private Wire Network. Workload and timing will be dependent on the progression of each project through consenting and internal approval processes. It is expected that there will be a high degree of homology or economies in work related to each site comprising Orkney's Community Wind farm Project.

Lot Information

Financial/Commercial Advice

Financial/commercial advice can be split into; financial modelling, Submission of bids for Contracts for Difference auction, Provision of advice on the most appropriate business structure from which to develop projects, and General financial/commercial advice. - Financial modelling - Submission of bid for Contracts for Difference - Provision of advice on the most appropriate business structure from which to develop projects

Renewal: Due to the nature of the work the initial contract period shall be from October 2021 to 31 August 2023. It is expected that the majority of the work will happen within the first 12 months of this time frame. The contract duration is for an initial 24 month period, with the option to extend for a further 2 x 12 month periods in the event that the projects progress to operation.

Provision of Legal Advice

Legal input is required to feed into commercial considerations outlined in Lot 1 above, and in particular to provide collaborative advice on; - The recommended structure of the wind farm projects, to include drafting constitutional documents and formation of an SPV where necessary; - Advising on governance matters connected with the chosen project structure; - The CfD application process and overall risks, including assisting with preparation of the necessary application documentation and reviewing the terms and conditions; - Assistance with due diligence with a view to securing finance; - Assistance with finalising leases with the relevant landowner, and general property-related matters.

Renewal: Due to the nature of the work the initial contract period shall be from October 2021 to 30 September 2023. It is expected that the majority of the work will happen within the first 12 months of this time frame. The contract duration is for an initial 24 month period, with the option to extend for a further 2 x 12 month periods in the event that the projects progress to operation.

Technical Advice

Technical advice required is split into general, special-- General technical advice General advice on technical elements of the proposed projects which may include validation of indicative plans and advice around the various processes that are required to develop, build out, and ultimately operate a wind farm and private wire. This may take the form of preparation of briefing notes for Council Officers or Elected Members or providing advice to the project team via email correspondence, meetings or seminars, depending on the complexity. The consultant may be required to attend and participate in public consultation events as appropriate as expert advisers. - Specialist technical advice Assistance with and advice on grid connection applications to include appropriate timings, routes, capacities, technical details and risks, along with completion and submission of relevant applications. Assist and advise in assessment of potential project enhancements to include; - Appropriateness and merits of combining a Private Wire Network Project in Kirkwall to Orkney's Community Wind Farm Project- Quanterness (if consented). - Potential for addition of alternative technologies to the project to improve the business case, such as battery, hydrogen, other storage, complementary generation or smart grid technologies. - Provision of technical input as required by Ofgem in determining whether the Needs Case for a new transmission connection has been met. Additionally there will be a requirement to undertake any other technical advice as deemed appropriate and within the expertise of the consultant. The consultant will be required to liaise with the providers of Lot 1 and Lot 2 services to ensure a consistent and coordinated approach. - Procurement technical advice Assist in procurement of further advisers and contractors required to reach final investment decision and to proceed to construction of the projects. This will include but is not limited to developing scopes of work, indicative budgets, and participating in procurement panels. The consultant/consortium will not be required to take a lead role at any stage of procurement. Key procurement exercises are expected to include (but are not limited to) - Procurement of geotechnical site investigation - Appointment of an Owners Engineer. The successful consultant for this Lot will be excluded from bidding to undertake any of the works above and would be expected to aid in review, management and ongoing advice related to the procured works or studies.

Renewal: Due to the nature of the work the initial contract period shall be from October 2021 to 30 September 2023. It is expected that the majority of the work will happen within the first 12 months of this time frame. The contract duration is for an initial 24 month period, with the option to extend for a further 2 x 12 month periods in the event that the projects progress to operation.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02d927
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/032384-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

66 - Financial and insurance services

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

31121340 - Wind farm

66171000 - Financial consultancy services

71313000 - Environmental engineering consultancy services

71314000 - Energy and related services

71356400 - Technical planning services

79111000 - Legal advisory services

Notice Value(s)

Tender Value
£250,000 £100K-£500K
Lots Value
£100,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£250,000 £100K-£500K

Notice Dates

Publication Date
29 Dec 20214 years ago
Submission Deadline
24 Sep 2021Expired
Future Notice Date
Not specified
Award Date
29 Nov 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
ORKNEY ISLANDS COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
KIRKWALL
Postcode
KW15 1NY
Post Town
Kirkwall
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM2 Highlands and Islands
Small Region (ITL 3)
TLM20 Highlands and Islands
Delivery Location
TLM65 Orkney Islands

Local Authority
Orkney Islands
Electoral Ward
Kirkwall East
Westminster Constituency
Orkney and Shetland

Supplier Information

Number of Suppliers
3
Supplier Names

BRODIES

LOCOGEN

QMPF

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02d927-2021-12-29T11:35:02Z",
    "date": "2021-12-29T11:35:02Z",
    "ocid": "ocds-h6vhtk-02d927",
    "description": "Orkney Islands Council reserves the right to cancel the procurement at any stage and not award a Contract. The expenditure, work or effort undertaken by bidders prior to the award of any Contract is accordingly a matter solely for the commercial judgement of bidders. Late tenders will not be considered by the Council and all questions are to be submitted via the Questions and Answers section of this contract advertisement on PCS. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations may bring proceedings in the Sheriff Court of Court of Session. (SC Ref:678420)",
    "initiationType": "tender",
    "tender": {
        "id": "OIC/PROC/1278",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Post Consent Advisory Services: Renewable Energy Projects",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71314000",
            "description": "Energy and related services"
        },
        "mainProcurementCategory": "services",
        "description": "Orkney Islands Council has a requirement for expert financial/commercial, technical, and legal advisers in relation to the potential development of three wind farm sites comprising Orkney's Community Wind Farm Project from consent towards construction. Work will include providing advice on a potential Private Wire Network. Workload and timing will be dependent on the progression of each project through consenting and internal approval processes. It is expected that there will be a high degree of homology or economies in work related to each site comprising Orkney's Community Wind farm Project.",
        "value": {
            "amount": 250000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 3,
            "maximumLotsAwardedPerSupplier": 3
        },
        "lots": [
            {
                "id": "1",
                "title": "Financial/Commercial Advice",
                "description": "Financial/commercial advice can be split into; financial modelling, Submission of bids for Contracts for Difference auction, Provision of advice on the most appropriate business structure from which to develop projects, and General financial/commercial advice. - Financial modelling - Submission of bid for Contracts for Difference - Provision of advice on the most appropriate business structure from which to develop projects",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Project Understanding",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Project Methodology",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Contract Management",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 70000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Due to the nature of the work the initial contract period shall be from October 2021 to 31 August 2023. It is expected that the majority of the work will happen within the first 12 months of this time frame. The contract duration is for an initial 24 month period, with the option to extend for a further 2 x 12 month periods in the event that the projects progress to operation."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "Provision of Legal Advice",
                "description": "Legal input is required to feed into commercial considerations outlined in Lot 1 above, and in particular to provide collaborative advice on; - The recommended structure of the wind farm projects, to include drafting constitutional documents and formation of an SPV where necessary; - Advising on governance matters connected with the chosen project structure; - The CfD application process and overall risks, including assisting with preparation of the necessary application documentation and reviewing the terms and conditions; - Assistance with due diligence with a view to securing finance; - Assistance with finalising leases with the relevant landowner, and general property-related matters.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Project Understanding",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Project Methodology",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Contract Management",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 30000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Due to the nature of the work the initial contract period shall be from October 2021 to 30 September 2023. It is expected that the majority of the work will happen within the first 12 months of this time frame. The contract duration is for an initial 24 month period, with the option to extend for a further 2 x 12 month periods in the event that the projects progress to operation."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "Technical Advice",
                "description": "Technical advice required is split into general, special-- General technical advice General advice on technical elements of the proposed projects which may include validation of indicative plans and advice around the various processes that are required to develop, build out, and ultimately operate a wind farm and private wire. This may take the form of preparation of briefing notes for Council Officers or Elected Members or providing advice to the project team via email correspondence, meetings or seminars, depending on the complexity. The consultant may be required to attend and participate in public consultation events as appropriate as expert advisers. - Specialist technical advice Assistance with and advice on grid connection applications to include appropriate timings, routes, capacities, technical details and risks, along with completion and submission of relevant applications. Assist and advise in assessment of potential project enhancements to include; - Appropriateness and merits of combining a Private Wire Network Project in Kirkwall to Orkney's Community Wind Farm Project- Quanterness (if consented). - Potential for addition of alternative technologies to the project to improve the business case, such as battery, hydrogen, other storage, complementary generation or smart grid technologies. - Provision of technical input as required by Ofgem in determining whether the Needs Case for a new transmission connection has been met. Additionally there will be a requirement to undertake any other technical advice as deemed appropriate and within the expertise of the consultant. The consultant will be required to liaise with the providers of Lot 1 and Lot 2 services to ensure a consistent and coordinated approach. - Procurement technical advice Assist in procurement of further advisers and contractors required to reach final investment decision and to proceed to construction of the projects. This will include but is not limited to developing scopes of work, indicative budgets, and participating in procurement panels. The consultant/consortium will not be required to take a lead role at any stage of procurement. Key procurement exercises are expected to include (but are not limited to) - Procurement of geotechnical site investigation - Appointment of an Owners Engineer. The successful consultant for this Lot will be excluded from bidding to undertake any of the works above and would be expected to aid in review, management and ongoing advice related to the procured works or studies.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Project Understanding",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Project Methodology",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Contract Management",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Due to the nature of the work the initial contract period shall be from October 2021 to 30 September 2023. It is expected that the majority of the work will happen within the first 12 months of this time frame. The contract duration is for an initial 24 month period, with the option to extend for a further 2 x 12 month periods in the event that the projects progress to operation."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31121340",
                        "description": "Wind farm"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314000",
                        "description": "Energy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66171000",
                        "description": "Financial consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM65"
                    },
                    {
                        "region": "UKM65"
                    }
                ],
                "deliveryLocation": {
                    "description": "Orkney Islands"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79111000",
                        "description": "Legal advisory services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM65"
                    },
                    {
                        "region": "UKM65"
                    }
                ],
                "deliveryLocation": {
                    "description": "Orkney Islands"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31121340",
                        "description": "Wind farm"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356400",
                        "description": "Technical planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314000",
                        "description": "Energy and related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM65"
                    },
                    {
                        "region": "UKM65"
                    }
                ],
                "deliveryLocation": {
                    "description": "Orkney Islands"
                },
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "As stated in the tender documentation",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-09-24T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2021-09-24T14:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-09-24T14:00:00+01:00",
            "address": {
                "streetAddress": "TEAMS Meeting"
            },
            "description": "3 Officers present authorised to open and record tenders received."
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2021-09-24T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2021-09-27T09:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2021-09-24T14:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2021-09-27T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ],
                "description": "question unanswered"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-4848",
            "name": "Orkney Islands Council",
            "identifier": {
                "legalName": "Orkney Islands Council"
            },
            "address": {
                "streetAddress": "Council Offices, School Place",
                "locality": "Kirkwall",
                "region": "UKM65",
                "postalCode": "KW15 1NY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Rosemary Colsell",
                "telephone": "+44 01856873535",
                "email": "rosemary.colsell@orkney.gov.uk",
                "faxNumber": "+44 01856876158",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.orkney.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00369",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-6207",
            "name": "Kirkwall Sheriff Court",
            "identifier": {
                "legalName": "Kirkwall Sheriff Court"
            },
            "address": {
                "streetAddress": "Watergate",
                "locality": "Kirkwall",
                "postalCode": "KW15 1PD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1856872110"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-39275",
            "name": "QMPF LLP",
            "identifier": {
                "legalName": "QMPF LLP"
            },
            "address": {
                "streetAddress": "Excel House, 30 Semple Street",
                "locality": "Edinburgh",
                "region": "UK",
                "postalCode": "EH3 8BL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1312222600",
                "email": "tenders@qmpf.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-39276",
            "name": "Locogen Ltd",
            "identifier": {
                "legalName": "Locogen Ltd"
            },
            "address": {
                "streetAddress": "4 West Silvermills Lane",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH3 5BD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1315554547",
                "email": "derek.mckenzie@locogen.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://locogen.com/",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-1481",
            "name": "Brodies",
            "identifier": {
                "legalName": "Brodies"
            },
            "address": {
                "streetAddress": "15 Atholl Crescent",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH3 8HA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1414284157",
                "email": "tenders@brodies.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-4848",
        "name": "Orkney Islands Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "032384-2021-1",
            "relatedLots": [
                "1"
            ],
            "title": "Financial/Commercial Advice",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-39275",
                    "name": "QMPF LLP"
                }
            ]
        },
        {
            "id": "032384-2021-2",
            "relatedLots": [
                "3"
            ],
            "title": "Technical Advice",
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "value": {
                    "amount": 30000,
                    "currency": "GBP"
                },
                "minimumPercentage": 0.2,
                "maximumPercentage": 0.2
            },
            "suppliers": [
                {
                    "id": "GB-FTS-39276",
                    "name": "Locogen Ltd"
                }
            ]
        },
        {
            "id": "032384-2021-3",
            "relatedLots": [
                "2"
            ],
            "title": "Provision of Legal Advice",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-1481",
                    "name": "Brodies"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "032384-2021-1",
            "awardID": "032384-2021-1",
            "title": "Financial/Commercial Advice",
            "status": "active",
            "value": {
                "amount": 70000,
                "currency": "GBP"
            },
            "dateSigned": "2021-12-06T00:00:00Z"
        },
        {
            "id": "032384-2021-2",
            "awardID": "032384-2021-2",
            "title": "Technical Advice",
            "status": "active",
            "value": {
                "amount": 150000,
                "currency": "GBP"
            },
            "dateSigned": "2021-12-17T00:00:00Z"
        },
        {
            "id": "032384-2021-3",
            "awardID": "032384-2021-3",
            "title": "Provision of Legal Advice",
            "status": "active",
            "value": {
                "amount": 30000,
                "currency": "GBP"
            },
            "dateSigned": "2021-11-29T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "3",
                "value": 6
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "3",
                "value": 6
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 3
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "3",
                "value": 6
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "3",
                "value": 6
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 4
            }
        ]
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000664464"
        }
    ]
}