Award

Provision of Programme and Digital Services Delivery Provider(s)

NATIONAL RECORDS OF SCOTLAND

This public procurement record has 5 releases in its history.

Award

29 Jul 2025 at 10:33

Award

29 Jul 2025 at 07:43

Award

29 Jul 2025 at 07:43

TenderUpdate

18 Nov 2024 at 09:59

Tender

15 Oct 2024 at 13:16

Summary of the contracting process

The National Records of Scotland has completed a series of contracts designed to support major programmes through digital and business transformation services, awarded under the restricted procurement method. These contracts, completed by July 2025, focus on various aspects of programme delivery, with a total value of £18 million allocated across three lots, each offering specialised services. The industry category is business services including law, marketing, consulting, and IT. The procurements cover regions around Edinburgh, primarily delivered remotely, with a potential for office presence if required. The awards tag signifies the contracts have moved through from the planning and tender stages to being awarded with contracts signed on varying dates in July 2025.

This tender provides multiple opportunities for business growth, particularly for firms with expertise in programme management, IT solutions, digital transformation, and business consultancy. Companies like SMEs with innovative digital solutions that can enhance service redesign and maximise benefits from business transformation are well-suited to compete for such opportunities. Lot 1, awarded to Capgemini UK plc, focuses on PMO support and intelligent client support, whereas Lot 2, won by Deloitte LLP, deals with service redesign and business transformation. For Lot 3, Storm ID Ltd is tasked with digital and data design services, providing a solid platform for businesses offering cutting-edge technology, digital service delivery, and strategic consultancy to expand their footprint in public sector contracts.

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 Programme and Digital Services Delivery Provider(s)

Notice Description

1.1 This document specifies the requirements for a specialised provider(s) in programme management, business and process transformation and digital/operational service delivery to work collaboratively in support of the strategic goals and delivery of major programmes within National Records of Scotland (NRS). We are looking for delivery provider(s) with experience in major public sector programmes and in delivering digital and business transformation with associated operational process and business change to provide programme, service, capability and process re-design together with operational delivery skills, intelligent client advice and short term targeted digital and programme expertise.

Lot Information

Lot 1 - Provision of PMO Support and Benefits/Business Case Management and Intelligent Client Support

Lot 1: Provision of Portfolio and Programme Management Office (PMO) Support and Benefits/Business Case Management and Intelligent Client Support PMO support and Benefits / Business Case Management - Delivery of Vision and Milestones: to help NRS achieve its key programme vision and milestones through projects which enable deliverable approaches and robust programme management and planning arrangements. (Skills and expertise including strategic options appraisal, portfolio design, programme initiation, management, portfolio/programme planning and delivery prioritisation) - PMO Support: outcome focused packages to augment existing portfolio and programme management office resource, potentially in routine PMO delivery and also in one-off short term reviews and production of programme management materials to support Programmes in short order. (Skills and expertise including PMO Analysts, Governance design and operation, sustainable programme delivery). Additionally review of existing portfolio management and change governance arrangements and functions, with recommendations to develop and strengthen existing portfolio management office and delivery centre of excellence standards. - Business Case Management: development of strategic, outline and full Business Cases to support multi-faceted and complex digital and business delivery programmes, including capturing the options, cost models and benefits for Programmes, helping NRS secure transformational resources within a cross public sector partnership approach to reform and optimisation of approach. (Skills and expertise in business case development for programmes) - Benefits Management: outcome focused activity to provide short term support to NRS to manage its approach to benefits management and realisation from Programme and project delivery and in demonstrating benefits delivered. The approach to benefits will be critical in underpinning communications with stakeholders (Skills and expertise in benefits management for programmes and projects). Intelligent Client - Intelligent Client: outcome based packages to support and advise NRS in managing multiple contracts and associated digital service and operational delivery integration. (Skills and expertise in providing intelligent client for programme delivery, business change, including readiness for operational transition and commercial and delivery integration)

Lot 2 - Provision of Service Re-design and Business Transformation and Operating Model / Business Change

Lot 2: Provision of Service Re-design and Business Transformation and Operating Model / Business Change Service Re-design and Business Transformation - Service Redesign: support NRS in redesigning services to progress business transformation, complying with the Digital Service Standard and enhancing user experience. (Skills and expertise in service design, user research and user-centred design, accessibility and assisted digital skills and expertise, content design and business transformation, Digital Service Standard) - Process Re-engineering: provide process mapping, HEAT mapping of processes to identify efficiencies and alignment to improve optimisation within programme delivery. This could augment aspects of routine business analysis and process redesign delivery or in one-off reviews and production of materials to support Programmes with immediate milestones. (Skills and expertise in business analysis, process mapping and re-design for organisations) - Capability Mapping: business capability mapping to inform service and user centred design at an organisational and programme level to maximise programme delivery priorities, outcomes and business change aspirations. (Skills and expertise in business capability mapping for programmes) Operating Model / Business Change - Operating Model: develop Target Operating Models for key programmes to underpin the delivery of NRS strategic objectives and portfolio and their target benefits. (Skills and expertise in operating model development for operational and large scale logistical service delivery) - Business Change: deliver a controlled business change approach to operational and digital transition and delivery, critical to ensuring we maximise opportunities and re-usability of NRS Programme investment. This would include work to augment existing operational and business change functions, potentially in routine delivery and also in one-off reviews and production of materials to support Programmes with immediate milestones. (Skills and expertise in change management).

Lot 3 - Provision of Digital and Data Design, Innovation and Application Services and Technical, Solution and Testing

Lot 3: Provision of Digital and Data Design, Innovation and Application Services and Technical, Solution and Testing Digital and Data Design, Innovation and Application Services - Digital and Data Services: support the delivery of digital and data service outcomes as part of our Portfolio to maximise benefits from service redesign and business transformation, augmenting and providing expertise to scope and run digital service and data transformation programmes (Skills and expertise in digital delivery, mapping services and service patterns, data modelling, data design, data services, programme discovery phases) - Innovation and Application Services: delivering outcome packages for innovative design and delivery of digital and technical capabilities, including digital solutions, re-usable technology, digital optimisation, data innovation, green technology, sustainable integrated approaches and use of Cloud. (Skills and expertise in digital design, digital innovation transition, solution and technology architecture, digital engineering, Cloud and Robotic Process Automation, Artificial Intelligence and Machine Learning, green IT and integrated digital solutions) Technical, Solution and Testing - Technical and Solution Outcomes: deliver the technical design and implementation outcomes in the delivery of our Portfolio, along with one-off reviews to help continuously improve the resilience of our infrastructure. This resource will be expected to augment the internal IT team or our IT suppliers. (Skills and expertise in digital solutions, IT Security analysis, Cloud computing, Cyber and Technical assurance) - Testing: Outcome based testing services to deliver Programmes, or augment aspects of existing teams to deliver goals/programme milestones or benefit from innovation in testing (Skills and expertise in a range of testing services including User Design, Accessibility Testing, Functional Testing, Penetration Testing, User Acceptance Testing, System Integration Testing, Non-functional Testing, Operational Readiness Testing and other Security Testing) Additional information: A contract value of 8,000,000 GBP has been stated in this notice, as portal restrictions only allow a single value to be stated. It should be noted that the advertised contract value was up to 6,000,000 to 8,000,000 GBP. Work packages will be let through this contract on an as required basis and as such the stated contract value may not be fully realised.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04ac39
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/043784-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support

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


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

Notice Value(s)

Tender Value
£18,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£18,000,000 £10M-£100M

Notice Dates

Publication Date
29 Jul 20256 months ago
Submission Deadline
18 Nov 2024Expired
Future Notice Date
Not specified
Award Date
10 Jul 20257 months 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
NATIONAL RECORDS OF SCOTLAND
Contact Name
Leanne Gourlay
Contact Email
leanne.gourlay@nrscotland.gov.uk
Contact Phone
+44 7765220118

Buyer Location

Locality
EDINBURGH
Postcode
EH1 3YY
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh North and Leith

Supplier Information

Number of Suppliers
3
Supplier Names

CAPGEMINI

DELOITTE

STORM ID

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-04ac39-2025-07-29T11:33:43+01:00",
    "date": "2025-07-29T11:33:43+01:00",
    "ocid": "ocds-h6vhtk-04ac39",
    "description": "A contract value of 8,000,000 GBP has been stated in this notice, as portal restrictions only allow a single value to be stated. It should be noted that the advertised contract value was up to 6,000,000 GBP to 8,000,000 GBP. Work packages will be let through this contract on an as required basis and as such the stated contract value may not be fully realised. This contract will deliver community benefits, a minimum of 50 points of benefits will be delivered for every 1,000,000 GBP spend on an annual basis. In the first 12 months the Service Provider has committed to delivering 75 points as follows: Graduate Internship - 30 points Training - 15 points Work Experience Placement - 5 points Education Support Initiatives - 10 points Community Enhancement - 10 points Case Studies - 5 points (SC Ref:805525)",
    "initiationType": "tender",
    "tender": {
        "id": "17/05/41 - Lot 3",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Programme and Digital Services Delivery Provider(s)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79000000",
            "description": "Business services: law, marketing, consulting, recruitment, printing and security"
        },
        "mainProcurementCategory": "services",
        "description": "1.1 This document specifies the requirements for a specialised provider(s) in programme management, business and process transformation and digital/operational service delivery to work collaboratively in support of the strategic goals and delivery of major programmes within National Records of Scotland (NRS). We are looking for delivery provider(s) with experience in major public sector programmes and in delivering digital and business transformation with associated operational process and business change to provide programme, service, capability and process re-design together with operational delivery skills, intelligent client advice and short term targeted digital and programme expertise.",
        "value": {
            "amount": 18000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 3
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Provision of PMO Support and Benefits/Business Case Management and Intelligent Client Support",
                "description": "Lot 1: Provision of Portfolio and Programme Management Office (PMO) Support and Benefits/Business Case Management and Intelligent Client Support PMO support and Benefits / Business Case Management - Delivery of Vision and Milestones: to help NRS achieve its key programme vision and milestones through projects which enable deliverable approaches and robust programme management and planning arrangements. (Skills and expertise including strategic options appraisal, portfolio design, programme initiation, management, portfolio/programme planning and delivery prioritisation) - PMO Support: outcome focused packages to augment existing portfolio and programme management office resource, potentially in routine PMO delivery and also in one-off short term reviews and production of programme management materials to support Programmes in short order. (Skills and expertise including PMO Analysts, Governance design and operation, sustainable programme delivery). Additionally review of existing portfolio management and change governance arrangements and functions, with recommendations to develop and strengthen existing portfolio management office and delivery centre of excellence standards. - Business Case Management: development of strategic, outline and full Business Cases to support multi-faceted and complex digital and business delivery programmes, including capturing the options, cost models and benefits for Programmes, helping NRS secure transformational resources within a cross public sector partnership approach to reform and optimisation of approach. (Skills and expertise in business case development for programmes) - Benefits Management: outcome focused activity to provide short term support to NRS to manage its approach to benefits management and realisation from Programme and project delivery and in demonstrating benefits delivered. The approach to benefits will be critical in underpinning communications with stakeholders (Skills and expertise in benefits management for programmes and projects). Intelligent Client - Intelligent Client: outcome based packages to support and advise NRS in managing multiple contracts and associated digital service and operational delivery integration. (Skills and expertise in providing intelligent client for programme delivery, business change, including readiness for operational transition and commercial and delivery integration)",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Stage One of the restricted procedure requires tenderers to complete an SPD for evaluation. Questions 4C1.2, 4C4 and 4C6 will be scored. The 5 highest scoring tenderers will be invited to submit a tender under Stage 2 of the procedure. The Authority reserves the right to remove any selected tenderers should non-compliance under other SPD criteria be identified. Additionally the Authority reserves the right, at its sole discretion, to increase the number of candidates invited to the second stage if the next highest scoring candidate is within 5% of those selected."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "Lot 2 - Provision of Service Re-design and Business Transformation and Operating Model / Business Change",
                "description": "Lot 2: Provision of Service Re-design and Business Transformation and Operating Model / Business Change Service Re-design and Business Transformation - Service Redesign: support NRS in redesigning services to progress business transformation, complying with the Digital Service Standard and enhancing user experience. (Skills and expertise in service design, user research and user-centred design, accessibility and assisted digital skills and expertise, content design and business transformation, Digital Service Standard) - Process Re-engineering: provide process mapping, HEAT mapping of processes to identify efficiencies and alignment to improve optimisation within programme delivery. This could augment aspects of routine business analysis and process redesign delivery or in one-off reviews and production of materials to support Programmes with immediate milestones. (Skills and expertise in business analysis, process mapping and re-design for organisations) - Capability Mapping: business capability mapping to inform service and user centred design at an organisational and programme level to maximise programme delivery priorities, outcomes and business change aspirations. (Skills and expertise in business capability mapping for programmes) Operating Model / Business Change - Operating Model: develop Target Operating Models for key programmes to underpin the delivery of NRS strategic objectives and portfolio and their target benefits. (Skills and expertise in operating model development for operational and large scale logistical service delivery) - Business Change: deliver a controlled business change approach to operational and digital transition and delivery, critical to ensuring we maximise opportunities and re-usability of NRS Programme investment. This would include work to augment existing operational and business change functions, potentially in routine delivery and also in one-off reviews and production of materials to support Programmes with immediate milestones. (Skills and expertise in change management).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Stage One of the restricted procedure requires tenderers to complete an SPD for evaluation. Questions 4C1.2, 4C4 and 4C6 will be scored. The 5 highest scoring tenderers will be invited to submit a tender under Stage 2 of the procedure. The Authority reserves the right to remove any selected tenderers should non-compliance under other SPD criteria be identified. Additionally the Authority reserves the right, at its sole discretion, to increase the number of candidates invited to the second stage if the next highest scoring candidate is within 5% of those selected."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "Lot 3 - Provision of Digital and Data Design, Innovation and Application Services and Technical, Solution and Testing",
                "description": "Lot 3: Provision of Digital and Data Design, Innovation and Application Services and Technical, Solution and Testing Digital and Data Design, Innovation and Application Services - Digital and Data Services: support the delivery of digital and data service outcomes as part of our Portfolio to maximise benefits from service redesign and business transformation, augmenting and providing expertise to scope and run digital service and data transformation programmes (Skills and expertise in digital delivery, mapping services and service patterns, data modelling, data design, data services, programme discovery phases) - Innovation and Application Services: delivering outcome packages for innovative design and delivery of digital and technical capabilities, including digital solutions, re-usable technology, digital optimisation, data innovation, green technology, sustainable integrated approaches and use of Cloud. (Skills and expertise in digital design, digital innovation transition, solution and technology architecture, digital engineering, Cloud and Robotic Process Automation, Artificial Intelligence and Machine Learning, green IT and integrated digital solutions) Technical, Solution and Testing - Technical and Solution Outcomes: deliver the technical design and implementation outcomes in the delivery of our Portfolio, along with one-off reviews to help continuously improve the resilience of our infrastructure. This resource will be expected to augment the internal IT team or our IT suppliers. (Skills and expertise in digital solutions, IT Security analysis, Cloud computing, Cyber and Technical assurance) - Testing: Outcome based testing services to deliver Programmes, or augment aspects of existing teams to deliver goals/programme milestones or benefit from innovation in testing (Skills and expertise in a range of testing services including User Design, Accessibility Testing, Functional Testing, Penetration Testing, User Acceptance Testing, System Integration Testing, Non-functional Testing, Operational Readiness Testing and other Security Testing) Additional information: A contract value of 8,000,000 GBP has been stated in this notice, as portal restrictions only allow a single value to be stated. It should be noted that the advertised contract value was up to 6,000,000 to 8,000,000 GBP. Work packages will be let through this contract on an as required basis and as such the stated contract value may not be fully realised.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Stage One of the restricted procedure requires tenderers to complete an SPD for evaluation. Questions 4C1.2, 4C4 and 4C6 will be scored. The 5 highest scoring tenderers will be invited to submit a tender under Stage 2 of the procedure. The Authority reserves the right to remove any selected tenderers should non-compliance under other SPD criteria be identified. Additionally the Authority reserves the right, at its sole discretion, to increase the number of candidates invited to the second stage if the next highest scoring candidate is within 5% of those selected."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "deliveryLocation": {
                    "description": "Generally remote delivered. If office presence required it will be at General Register House, 3 Princes Street, Edinburgh, EH1 3YY"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "deliveryLocation": {
                    "description": "Generally delivered remotely. If office presence required it will be at General Register House, 3 Princes Street, Edinburgh, EH1 3YY"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "deliveryLocation": {
                    "description": "Generally to be delivered remotely. If office presence required it will be at General Register House, 3 Princes Street, Edinburgh, EH1 3YY"
                },
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The relevant selection criteria will be included in the SPD Scotland module.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "The relevant selection criteria will be included in the SPD Scotland module.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "The relevant selection criteria will be included in the SPD Scotland module.",
                    "minimum": "Suppliers must hold Cyber Essentials Plus Certification.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-11-18T12:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2024-12-12T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-11-18T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2024-11-19T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    }
                ],
                "description": "Due to PCS IT issues we are aware that some users have been locked out of the portal. An additional day has been added to ensure bidders have sufficient time to upload."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-94454",
            "name": "National Records of Scotland",
            "identifier": {
                "legalName": "National Records of Scotland"
            },
            "address": {
                "streetAddress": "General Register House, 3 Princes Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH1 3YY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Leanne Gourlay",
                "telephone": "+44 7765220118",
                "email": "leanne.gourlay@nrscotland.gov.uk",
                "url": "https://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.nrscotland.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00474",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-809",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1312252525",
                "email": "Enquiries@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://scotscourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
            }
        },
        {
            "id": "GB-FTS-155927",
            "name": "Capgemini UK plc",
            "identifier": {
                "legalName": "Capgemini UK plc"
            },
            "address": {
                "streetAddress": "95 Queen Victoria Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "EC4V 4HN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7891152966",
                "email": "ian.matheson@capgemini.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-53334",
            "name": "Deloitte LLP",
            "identifier": {
                "legalName": "Deloitte LLP"
            },
            "address": {
                "streetAddress": "2, NEW STREET SQUARE",
                "locality": "London",
                "region": "UK",
                "postalCode": "EC4A 3BZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2073030913",
                "email": "lsmillie@deloitte.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.deloitte.com",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-92345",
            "name": "Storm ID Ltd",
            "identifier": {
                "legalName": "Storm ID Ltd"
            },
            "address": {
                "streetAddress": "43 Constitution Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH6 7BG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1315611250",
                "email": "linsey.lydon@stormid.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.stormid.com",
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-94454",
        "name": "National Records of Scotland"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000767790"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "043677-2025-1",
            "relatedLots": [
                "1"
            ],
            "title": "Lot 1 - Provision of PMO Support and Benefits/Business Case Management and Intelligent Client Support",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-155927",
                    "name": "Capgemini UK plc"
                }
            ]
        },
        {
            "id": "043678-2025-1",
            "relatedLots": [
                "2"
            ],
            "title": "Lot 2 - Provision of Service Re-design and Business Transformation and Operating Model / Business Change",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-53334",
                    "name": "Deloitte LLP"
                }
            ]
        },
        {
            "id": "043784-2025-1",
            "relatedLots": [
                "3"
            ],
            "title": "Lot 3 - Provision of Digital and Data Design, Innovation and Application Services and Technical, Solution and Testing",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-92345",
                    "name": "Storm ID Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "043677-2025-1",
            "awardID": "043677-2025-1",
            "title": "Lot 1 - Provision of PMO Support and Benefits/Business Case Management and Intelligent Client Support",
            "status": "active",
            "value": {
                "amount": 4000000,
                "currency": "GBP"
            },
            "dateSigned": "2025-07-17T00:00:00+01:00"
        },
        {
            "id": "043678-2025-1",
            "awardID": "043678-2025-1",
            "title": "Lot 2 - Provision of Service Re-design and Business Transformation and Operating Model / Business Change",
            "status": "active",
            "value": {
                "amount": 6000000,
                "currency": "GBP"
            },
            "dateSigned": "2025-07-17T00:00:00+01:00"
        },
        {
            "id": "043784-2025-1",
            "awardID": "043784-2025-1",
            "title": "Lot 3 - Provision of Digital and Data Design, Innovation and Application Services and Technical, Solution and Testing",
            "status": "active",
            "value": {
                "amount": 8000000,
                "currency": "GBP"
            },
            "dateSigned": "2025-07-11T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "2",
                "value": 6
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 6
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 6
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "3",
                "value": 5
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "3",
                "value": 1
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "3",
                "value": 5
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "3",
                "value": 5
            }
        ]
    }
}