Notice Information
Notice Title
HEETSA Framework Planning and Discovery
Notice Description
The Scottish Government has a requirement to place a contract with an external service provider for the provision of Heat and Energy Efficiency Technical Suitability Assessment Framework Planning & Discovery Services.
Lot Information
Lot 1
The purpose of this Discovery project is to set out in clear terms the resource requirement and market impact for a HEETSA. This will allow Scottish Ministers to consider a full deployment of HEETSA into the Scottish retrofit assessment landscape. The scope of Discovery will consider: - the overall concept of HEETSA and how it relates to the EPC and other parts of the heat and energy efficiency retrofit assessment landscape; -current assessment methodologies that could be used to underpin HEETSA and how potential gaps in the market could be filled; -the skills, qualifications, and accreditation processes that would be needed to ensure that assessors were able to offer detailed advice to building owners on technical suitability of heat and energy efficiency retrofit measures; -the way in which HEETSA can be standardised into a common certification / reporting format; -detailed costed options for the delivery of the above.
Renewal: The Purchaser may, by giving notice to the Service Provider, extend the period of the Contract to a date falling no later than 30 April 2026. Subject to that constraint, the Purchaser may extend the period of the Contract on more than one occasion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0563fc
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/068122-2025
- 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
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71241000 - Feasibility study, advisory service, analysis
71314300 - Energy-efficiency consultancy services
71621000 - Technical analysis or consultancy services
73200000 - Research and development consultancy services
79419000 - Evaluation consultancy services
Notice Value(s)
- Tender Value
- £400,000 £100K-£500K
- Lots Value
- £400,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £345,655 £100K-£500K
Notice Dates
- Publication Date
- 24 Oct 20254 months ago
- Submission Deadline
- 22 Aug 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 12 Oct 20254 months ago
- Contract Period
- 30 Sep 2025 - 31 Mar 2026 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH GOVERNMENT
- Contact Name
- Not specified
- Contact Email
- ross.cameron@gov.scot
- Contact Phone
- Not specified
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 8LU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM Scotland
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0563fc-2025-10-24T11:28:19+01:00",
"date": "2025-10-24T11:28:19+01:00",
"ocid": "ocds-h6vhtk-0563fc",
"description": "(SC Ref:813887)",
"initiationType": "tender",
"tender": {
"id": "Case 792634",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "HEETSA Framework Planning and Discovery",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71314300",
"description": "Energy-efficiency consultancy services"
},
"mainProcurementCategory": "services",
"description": "The Scottish Government has a requirement to place a contract with an external service provider for the provision of Heat and Energy Efficiency Technical Suitability Assessment Framework Planning & Discovery Services.",
"value": {
"amount": 400000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The purpose of this Discovery project is to set out in clear terms the resource requirement and market impact for a HEETSA. This will allow Scottish Ministers to consider a full deployment of HEETSA into the Scottish retrofit assessment landscape. The scope of Discovery will consider: - the overall concept of HEETSA and how it relates to the EPC and other parts of the heat and energy efficiency retrofit assessment landscape; -current assessment methodologies that could be used to underpin HEETSA and how potential gaps in the market could be filled; -the skills, qualifications, and accreditation processes that would be needed to ensure that assessors were able to offer detailed advice to building owners on technical suitability of heat and energy efficiency retrofit measures; -the way in which HEETSA can be standardised into a common certification / reporting format; -detailed costed options for the delivery of the above.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"value": {
"amount": 400000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2025-10-01T00:00:00+01:00",
"endDate": "2026-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Purchaser may, by giving notice to the Service Provider, extend the period of the Contract to a date falling no later than 30 April 2026. Subject to that constraint, the Purchaser may extend the period of the Contract on more than one occasion."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79419000",
"description": "Evaluation consultancy services"
},
{
"scheme": "CPV",
"id": "73200000",
"description": "Research and development consultancy services"
},
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "4B4. The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice are as follows: 4B.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:",
"minimum": "4B.4 - Bidders must demonstrate a Current Ratio of no less than 1. Current Ratio will be calculated as follows: Total current assets divided by Total current liabilities. 4B.5 - -Public Liability 1,000,000 GBP(A sum not less than) -Professional Indemnity 1,000,000 GBP(A sum not less than) -Employers Liability (Legal Requirement) 5,000,000 GBP ( A sum not less than)",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "4C.4 - Provide a statement of the relevant supply chain management and/or tracking systems used. 4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract. 4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
"minimum": "4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. 4C.7 - Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. This should include details of planned projects and actions to reduce the bidder's carbon emissions. 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-08-22T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2025-08-22T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-08-22T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-1538",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "5 Atlantic Quay, 150 Broomielaw",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 8LU",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "ross.cameron@gov.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.scotland.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-155314",
"name": "Edinburgh Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "27 Chambers St",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-164731",
"name": "AECOM Ltd",
"identifier": {
"legalName": "AECOM Ltd"
},
"address": {
"streetAddress": "Aldgate Tower, 2 Leman Street",
"locality": "London",
"region": "UK",
"postalCode": "E1 8FA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 000000000"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-1538",
"name": "Scottish Government"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000805050"
}
],
"language": "en",
"awards": [
{
"id": "068122-2025-792634-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"minimumPercentage": 0.12,
"maximumPercentage": 0.12
},
"suppliers": [
{
"id": "GB-FTS-164731",
"name": "AECOM Ltd"
}
]
}
],
"contracts": [
{
"id": "068122-2025-792634-1",
"awardID": "068122-2025-792634-1",
"status": "active",
"value": {
"amount": 345655,
"currency": "GBP"
},
"dateSigned": "2025-10-13T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 5
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
}
}