Award

Scotland's Public Sector Heat Decarbonisation Framework Project Support Unit

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Award

23 Feb 2026 at 00:00

Tender

14 Mar 2025 at 00:00

Summary of the contracting process

The procurement process for Scotland's Public Sector Heat Decarbonisation Framework Project Support Unit has been completed by the Scottish Government. Located in Glasgow, the buyer seeks to provide technical and documentation support to implement energy retrofit and clean heat projects across Scotland. The procurement falls under the category of general public services, with the industry classification focusing on energy efficiency services. The contract, signed on 16th February 2026, followed a restricted procedure as part of a selective procurement method. This tender process aimed to achieve high-quality standards, factoring in quality criteria (70%) and pricing criteria (30%) for the service provision; the project support unit is expected to operate for an initial period of 36 months, with the option to extend by an additional 12 months.

This tender presents substantial business growth opportunities, particularly for large firms specialising in energy efficiency, technical building services, and clean heat solutions. The contract, valued at £2 million, has been awarded to Mott MacDonald, highlighting the significant scope for engagement in Scotland's transition towards decarbonisation. Companies adept at providing technical advisory services and procurement support could find a strategic fit within this project, as it supports various public bodies, including government entities, health sectors, local authorities, universities, and colleges. Additional requirements, such as robust environmental management systems and commitment to the Living Wage and timely payment to subcontractors, affirm the tender's alignment with best practices and provide a platform for establishing lasting partnerships in the public sector domain.

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

Notice Title

Scotland's Public Sector Heat Decarbonisation Framework Project Support Unit

Notice Description

The purpose of this contract notice is for the procurement of a Project Support Unit (PSU) to support Scotland's Public Sector Heat Decarbonisation (SPSHD) Framework. The role of the PSU will be to support users of the SPSHD Framework, (SPSHD is the re-procurement of what was previously called the Non-Domestic Energy Efficiency framework which is currently underway with the current framework being reviewed to ensure that the future framework will align with Scottish Government Policy and industry best practice). The PSU will be expected to provide technical input and review documentation for available services and support framework public bodies through the implementation of energy retrofit and clean heat projects across their built estate.

Lot Information

Lot 1

The purpose of this procurement exercise it for the re-procurement of a Project Support Unit (PSU) to support Scotland's Public Sector Heat Decarbonisation Framework (SPSHD Framework). The role of the PSU will be to support users of the SPSHD Framework to develop documentation and issue tenders for available services and support framework public bodies through the implementation of their retrofit projects. The PSU will provide specialist project management, procurement and technical advisors across a range of services, including but not limited to energy efficiency services, technical and energy buildings related services, clean heat related services and related procurement support to deliver and/or procure delivery of Energy Performance Contracts from the SPSHD Framework across all regions of Scotland including the Highlands and Islands. Core work areas that the PSU may deliver include: 1. Development: The PSU shall assist the Scottish Government to finalise a draft tender pack for the Invitation to Tender (ITT) for the Framework. The Contractor will support the completion of draft technical content for the ITT, which will include, but not be limited to technical schedules therein. 2. Marketing and engagement: ongoing promotion of SG's SPSHD Framework, establish positive relationships with existing and potential framework public bodies in order to establish a pipeline of projects, facilitate formal sign up to framework services. 3. Prepare: assist framework public bodies to determine user specific requirements, develop business cases, support users in considering funding and financing opportunities and most appropriate procurement route. 4. Procure: support procurement processes and consider new ways of working that will improve the delivery of the SPSHD Framework. 5. Save: facilitate the successful delivery of the SPSHD Framework call-off contracts and technical quality assurance and guidance associated with these contracts; support the achievement of high performance of the SPSHD Framework 6. Programme support: maintain and develop a range of processes to support the SPSHD PSU's activities; a range of standardised documents and toolkits, and develop and undertake a monitoring and reporting framework, including collation of relevant data and information. Please note that this Framework once placed can be accessed by all public sector bodies including: - central government - health - local authorities - universities and colleges - all other public bodies as defined as a Scottish public authority within the meaning of Section 3(1)(a) of the Freedom of Information (Scotland) Act 2002.

Options: The initial contract duration is 36 months with the option to extend by a further 12 months.

Renewal: Initial contract duration is 36 months with the option to extend by a further 12 months

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000770612
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB550183
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71314000 - Energy and related services

Notice Value(s)

Tender Value
£2,000,000 £1M-£10M
Lots Value
£2,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£2,000,000 £1M-£10M

Notice Dates

Publication Date
23 Feb 20262 months ago
Submission Deadline
14 Apr 2025Expired
Future Notice Date
Not specified
Award Date
16 Feb 20262 months ago
Contract Period
Not specified - Not specified
Recurrence
The Framework will be placed for a 3-year period and may be subject to renewal at the end of the 3-year period.

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Supplier Information

Number of Suppliers
1
Supplier Name

MOTT MACDONALD

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR525999
    Scotland's Public Sector Heat Decarbonisation Framework Project Support Unit - The purpose of this contract notice is for the procurement of a Project Support Unit (PSU) to support Scotland's Public Sector Heat Decarbonisation (SPSHD) Framework. The role of the PSU will be to support users of the SPSHD Framework, (SPSHD is the re-procurement of what was previously called the Non-Domestic Energy Efficiency framework which is currently underway with the current framework being reviewed to ensure that the future framework will align with Scottish Government Policy and industry best practice.). The PSU will be expected to develop documentation and issue tenders for available services and support framework public bodies through the implementation of energy retrofit and clean heat projects across their built estate.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB550183
    Scotland's Public Sector Heat Decarbonisation Framework Project Support Unit - The purpose of this contract notice is for the procurement of a Project Support Unit (PSU) to support Scotland's Public Sector Heat Decarbonisation (SPSHD) Framework. The role of the PSU will be to support users of the SPSHD Framework, (SPSHD is the re-procurement of what was previously called the Non-Domestic Energy Efficiency framework which is currently underway with the current framework being reviewed to ensure that the future framework will align with Scottish Government Policy and industry best practice). The PSU will be expected to provide technical input and review documentation for available services and support framework public bodies through the implementation of energy retrofit and clean heat projects across their built estate.

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-r6ebe6-0000770612-2026-02-23T00:00:00Z",
    "date": "2026-02-23T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000770612",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-19",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "5 Atlantic Quay, 150 Broomielaw",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8LU"
            },
            "contactPoint": {
                "name": "Sophie Stark",
                "email": "Sophie.Stark@gov.scot",
                "telephone": "+44 412425466",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scotland.gov.uk"
            }
        },
        {
            "id": "org-20",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-163",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "5 Atlantic Quay, 150 Broomielaw",
                "locality": "Glasgow",
                "postalCode": "G2 8LU"
            },
            "contactPoint": {
                "email": "SPOEprocurement@scotland.gsi.gov.uk",
                "telephone": "+44 1412425466",
                "url": "http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries"
            },
            "roles": [
                "mediationBody",
                "reviewContactPoint",
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    }
                ]
            }
        },
        {
            "id": "org-212",
            "name": "Mott MacDonald",
            "identifier": {
                "legalName": "Mott MacDonald"
            },
            "address": {
                "streetAddress": "St Vincent Plaza, 319 St Vincent Street",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G2 5LD"
            },
            "contactPoint": {
                "telephone": "+44 1412224668"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-175",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "locality": "Edinburgh",
                "postalCode": "EH11LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-163"
    },
    "tender": {
        "id": "CASE/685515",
        "title": "Scotland's Public Sector Heat Decarbonisation Framework Project Support Unit",
        "description": "The purpose of this contract notice is for the procurement of a Project Support Unit (PSU) to support Scotland's Public Sector Heat Decarbonisation (SPSHD) Framework. The role of the PSU will be to support users of the SPSHD Framework, (SPSHD is the re-procurement of what was previously called the Non-Domestic Energy Efficiency framework which is currently underway with the current framework being reviewed to ensure that the future framework will align with Scottish Government Policy and industry best practice). The PSU will be expected to provide technical input and review documentation for available services and support framework public bodies through the implementation of energy retrofit and clean heat projects across their built estate.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71314000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 2000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2025-04-14T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR525999",
                "documentType": "contractNotice",
                "title": "Scotland's Public Sector Heat Decarbonisation Framework Project Support Unit",
                "description": "The purpose of this contract notice is for the procurement of a Project Support Unit (PSU) to support Scotland's Public Sector Heat Decarbonisation (SPSHD) Framework. The role of the PSU will be to support users of the SPSHD Framework, (SPSHD is the re-procurement of what was previously called the Non-Domestic Energy Efficiency framework which is currently underway with the current framework being reviewed to ensure that the future framework will align with Scottish Government Policy and industry best practice.). The PSU will be expected to develop documentation and issue tenders for available services and support framework public bodies through the implementation of energy retrofit and clean heat projects across their built estate.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR525999",
                "format": "text/html"
            },
            {
                "id": "FEB550183",
                "documentType": "awardNotice",
                "title": "Scotland's Public Sector Heat Decarbonisation Framework Project Support Unit",
                "description": "The purpose of this contract notice is for the procurement of a Project Support Unit (PSU) to support Scotland's Public Sector Heat Decarbonisation (SPSHD) Framework. The role of the PSU will be to support users of the SPSHD Framework, (SPSHD is the re-procurement of what was previously called the Non-Domestic Energy Efficiency framework which is currently underway with the current framework being reviewed to ensure that the future framework will align with Scottish Government Policy and industry best practice). The PSU will be expected to provide technical input and review documentation for available services and support framework public bodies through the implementation of energy retrofit and clean heat projects across their built estate.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB550183",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The purpose of this procurement exercise it for the re-procurement of a Project Support Unit (PSU) to support Scotland's Public Sector Heat Decarbonisation Framework (SPSHD Framework). The role of the PSU will be to support users of the SPSHD Framework to develop documentation and issue tenders for available services and support framework public bodies through the implementation of their retrofit projects. The PSU will provide specialist project management, procurement and technical advisors across a range of services, including but not limited to energy efficiency services, technical and energy buildings related services, clean heat related services and related procurement support to deliver and/or procure delivery of Energy Performance Contracts from the SPSHD Framework across all regions of Scotland including the Highlands and Islands. Core work areas that the PSU may deliver include: 1. Development: The PSU shall assist the Scottish Government to finalise a draft tender pack for the Invitation to Tender (ITT) for the Framework. The Contractor will support the completion of draft technical content for the ITT, which will include, but not be limited to technical schedules therein. 2. Marketing and engagement: ongoing promotion of SG's SPSHD Framework, establish positive relationships with existing and potential framework public bodies in order to establish a pipeline of projects, facilitate formal sign up to framework services. 3. Prepare: assist framework public bodies to determine user specific requirements, develop business cases, support users in considering funding and financing opportunities and most appropriate procurement route. 4. Procure: support procurement processes and consider new ways of working that will improve the delivery of the SPSHD Framework. 5. Save: facilitate the successful delivery of the SPSHD Framework call-off contracts and technical quality assurance and guidance associated with these contracts; support the achievement of high performance of the SPSHD Framework 6. Programme support: maintain and develop a range of processes to support the SPSHD PSU's activities; a range of standardised documents and toolkits, and develop and undertake a monitoring and reporting framework, including collation of relevant data and information. Please note that this Framework once placed can be accessed by all public sector bodies including: - central government - health - local authorities - universities and colleges - all other public bodies as defined as a Scottish public authority within the meaning of Section 3(1)(a) of the Freedom of Information (Scotland) Act 2002.",
                "status": "complete",
                "value": {
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": true,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Due to the character limits, not all objective criteria can be outlined in this notice. Full details of the objective criteria are outlined in the SPD Guidance Document in PCS-T. The SPD selection process will consist of 3 Parts: Part One: Mandatory and Discretionary Exclusion Grounds (Pass/Fail); Part Two: Minimum Selection Criteria (Pass/Fail); and Part Three: Scored Selection Criteria (Weighted) Only candidates who pass Stage One and Two will progress to Stage Three. The top 5 candidates after the Stage 3 assessment will be taken through to stage 2 of the restricted procedure and invited to submit a tender. In the event that more than the maximum number of candidates achieve the scores required to be considered for stage 2 (ITT Stage), the candidate with the highest score in question B1 from the Technical and Professional Ability evaluation will be invited to stage 2. Should there be equal scores for this question the scores for the remaining questions will be reviewed in order (B2 to B5) until a highest score is identified."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial contract duration is 36 months with the option to extend by a further 12 months"
                },
                "options": {
                    "description": "The initial contract duration is 36 months with the option to extend by a further 12 months."
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2025-06-02T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "SPD 4B.1.2 -\"Average\" yearly turnover for the last 3 years. SPD 4B.4 - Financial Ratios SPD 4B.5 - Insurance",
                    "minimum": "SPD 4B.1.2 - Average Annual Turnover Economic operators must have an average annual turnover of 2 million GBP over the last 3 years. In the event that the Bidder does not comply with this requirement, they will not be considered any further in this tendering exercise. The Procurement Officer may ask for annual accounts from the bidder. SPD 4B.4 Bidders must demonstrate a Current Ratio of no less than 1.0. Current Ratio will be calculated as follows: net current assets divided by net current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. In the event that the Bidder does not comply with this requirement, they will not be considered any further in this tendering exercise. The Procurement Officer may ask for annual accounts from the bidder. SPD 4B.5 - Insurance It is a requirement that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types of insurance indicated below: Employer's (Compulsory) Liability Insurance - in the sum of not less than 5,000,000 GBP or in accordance with any legal obligation for the time being in force. Public Liability Insurance - in the sum of not less than 5,000,000 GBP Professional Risk Indemnity Insurance - in the sum of not less than 2,000,000 GBP Such insurance must be maintained for the duration of the Contract. Bidders who do not currently have or cannot commit to obtaining the levels of Insurance requested may be excluded from the procurement process. In event of award of a Framework, Scottish Government will seek proof that these Insurance provisions have been fully complied."
                },
                {
                    "type": "technical",
                    "description": "SPD 4C1.2 - Previous Experience SPD 4C.4 - Supply Chain Management SPD 4C.7 - Environmental Management SPD 4C.10 - Percentage of the contract you intend to sub-contract SPD 4D.1 - Quality Management Procedures SPD 4D.2 - Environmental Management Procedures",
                    "minimum": "SPD4C1.2 Previous Experience Economic Operators will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. Economic Operators should refer to the SPD Guidance Document on PCS-T for further information as this question will be assessed based upon a scored selection criteria in order to short list suppliers to be taken forward to Stage 2 (ITT Stage). 4C.4 Supply Chain Management If Economic Operators 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 Economic Operator is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. Where a Tenderer does not intend to use a supply chain to deliver the requirements detailed in the ITT, they should clearly state this in response to Q4.C.4. Responses to Q4.C.4 will be evaluated as a \"Pass\" or \"Fail\". Tenderers who do not achieve a \"Pass\" for this question will not be considered further. 4C.7 Environmental Management Economic Operators will be required to provide assurance that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes: - a completed copy of the Bidder 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. 4C.10 Percentage of the contract you intend to sub-contract Economic Operators will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 Quality Assurance Schemes Quality Management Procedures The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR The bidder must have the documented policies and procedures as detailed within the SPD Guidance Document attached to PCS-T. Health and Safety Procedures The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR, The bidder must have the documented policies and procedures as detailed within the SPD Guidance Document attached to PCS-T. 4D.2 Environmental Management Standards The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR The bidder must have the documented Policies and procedures as outlined within the SPD Guidance Document attached to PCS-T."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "71314000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "The Framework will be placed for a 3-year period and may be subject to renewal at the end of the 3-year period."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The aggregate value of projects to go through the SPSHD PSU Framework is estimated to be in the range of 1mGBP - 1.7mGBP, 2mGBP as outlined above is the anticipated maximum value this Framework may reach (SC Ref:816164)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000770612"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000770612"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "CASE REF/685515",
            "suppliers": [
                {
                    "id": "org-212",
                    "name": "Mott MacDonald"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "CASE REF/685515",
            "awardID": "CASE REF/685515",
            "status": "active",
            "value": {
                "amount": 2000000,
                "currency": "GBP"
            },
            "dateSigned": "2026-02-16T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2025/S 000-009356"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "181",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "182",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "183",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "184",
                "measure": "foreignBidsFromNonEU",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "185",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}