Notice Information
Notice Title
DECC - Scope 3 Group 2 Emissions Research
Notice Description
The Scottish Government's Domestic Climate Change Division would like to appoint a service provider to carry out research into the reporting of scope 3 'Group 2' greenhouse gas emissions by Scottish public bodies. This group of emissions includes those from purchased goods and services, construction, leased assets and investments. Measuring and monitoring emissions is a vital step as public bodies work to reduce their climate impact. 'Group 2' emissions are thought likely to be relevant to most public bodies, however, these are more complex areas of emissions to estimate, and collaboration and research are required to develop data collection methodologies.
Lot Information
Lot 1
The aim of this project is to undertake further research into a group of scope 3 greenhouse gas emissions, referred to as 'Group 2' emissions, that are considered highly likely to apply to local authorities and other public bodies, and that require collaboration and further work to develop data collection methodologies. They will be more complex to report on but are likely to contribute significant amounts of emissions and are therefore important to include. Scope 3 Group 2 emissions are defined in line with the GHG Protocol and include - - category 1 - purchased goods and services - category 2 - capital assets - category 4 - upstream transportation and distribution - category 8 - upstream leased assets - category 13 - downstream leased assets - category 15 - investments. The research needs to establish the relevance and applicability of Group 2 emissions to local authorities and other Scottish public bodies, and to assess the available methodologies for estimating these emissions, taking into account the varied nature of the public sector, data availability and quality, and materiality. Project outputs are expected to include: recommendations for consistent and proportionate methodologies for data collection and calculation of emissions, including the use of suitable tools; recommended timeframes for implementing the reporting of each category; and instructions for bodies on data requirements and recommendations on how these data should be obtained.
Renewal: The Purchaser may, by giving notice to the Service Provider, extend the period of the Contract by up to one month up until 25th March 2027.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000827502
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR552441
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90700000 - Environmental services
90710000 - Environmental management
90711200 - Environmental standards other than for construction
90720000 - Environmental protection
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Mar 20261 weeks ago
- Submission Deadline
- 29 Apr 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Jun 2026 - 25 Feb 2027 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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
- EDINBURGH
- Postcode
- EH6 6QQ
- 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
- TLM Scotland
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Leith
- Westminster Constituency
- Edinburgh North and Leith
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR552441
DECC - Scope 3 Group 2 Emissions Research - The Scottish Government's Domestic Climate Change Division would like to appoint a service provider to carry out research into the reporting of scope 3 'Group 2' greenhouse gas emissions by Scottish public bodies. This group of emissions includes those from purchased goods and services, construction, leased assets and investments. Measuring and monitoring emissions is a vital step as public bodies work to reduce their climate impact. 'Group 2' emissions are thought likely to be relevant to most public bodies, however, these are more complex areas of emissions to estimate, and collaboration and research are required to develop data collection methodologies.
Notice URLs
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-r6ebe6-0000827502-2026-03-25T00:00:00Z",
"date": "2026-03-25T00:00:00Z",
"ocid": "ocds-r6ebe6-0000827502",
"initiationType": "tender",
"parties": [
{
"id": "org-21",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "Area 2A (North), Victoria Quay",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH6 6QQ"
},
"contactPoint": {
"name": "Catriona Rooke",
"email": "catriona.rooke@gov.scot",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"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": "05",
"description": "Environmental protection",
"scheme": "COFOG"
}
],
"url": "http://www.scotland.gov.uk"
}
},
{
"id": "org-28",
"name": "Edinburgh Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court & Justice of the Peace Court"
},
"address": {
"locality": "Edinburgh"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Government",
"id": "org-21"
},
"tender": {
"id": "CASE/824472",
"title": "DECC - Scope 3 Group 2 Emissions Research",
"description": "The Scottish Government's Domestic Climate Change Division would like to appoint a service provider to carry out research into the reporting of scope 3 'Group 2' greenhouse gas emissions by Scottish public bodies. This group of emissions includes those from purchased goods and services, construction, leased assets and investments. Measuring and monitoring emissions is a vital step as public bodies work to reduce their climate impact. 'Group 2' emissions are thought likely to be relevant to most public bodies, however, these are more complex areas of emissions to estimate, and collaboration and research are required to develop data collection methodologies.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "90710000",
"scheme": "CPV"
},
{
"id": "90711200",
"scheme": "CPV"
},
{
"id": "90720000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2026-04-29T12:00:00Z"
},
"awardPeriod": {
"startDate": "2026-04-29T12:00:00Z"
},
"documents": [
{
"id": "MAR552441",
"documentType": "contractNotice",
"title": "DECC - Scope 3 Group 2 Emissions Research",
"description": "The Scottish Government's Domestic Climate Change Division would like to appoint a service provider to carry out research into the reporting of scope 3 'Group 2' greenhouse gas emissions by Scottish public bodies. This group of emissions includes those from purchased goods and services, construction, leased assets and investments. Measuring and monitoring emissions is a vital step as public bodies work to reduce their climate impact. 'Group 2' emissions are thought likely to be relevant to most public bodies, however, these are more complex areas of emissions to estimate, and collaboration and research are required to develop data collection methodologies.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR552441",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The aim of this project is to undertake further research into a group of scope 3 greenhouse gas emissions, referred to as 'Group 2' emissions, that are considered highly likely to apply to local authorities and other public bodies, and that require collaboration and further work to develop data collection methodologies. They will be more complex to report on but are likely to contribute significant amounts of emissions and are therefore important to include. Scope 3 Group 2 emissions are defined in line with the GHG Protocol and include - - category 1 - purchased goods and services - category 2 - capital assets - category 4 - upstream transportation and distribution - category 8 - upstream leased assets - category 13 - downstream leased assets - category 15 - investments. The research needs to establish the relevance and applicability of Group 2 emissions to local authorities and other Scottish public bodies, and to assess the available methodologies for estimating these emissions, taking into account the varied nature of the public sector, data availability and quality, and materiality. Project outputs are expected to include: recommendations for consistent and proportionate methodologies for data collection and calculation of emissions, including the use of suitable tools; recommended timeframes for implementing the reporting of each category; and instructions for bodies on data requirements and recommendations on how these data should be obtained.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2026-06-01T00:00:00Z",
"endDate": "2027-02-25T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "The Purchaser may, by giving notice to the Service Provider, extend the period of the Contract by up to one month up until 25th March 2027."
}
}
],
"bidOpening": {
"date": "2026-04-29T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Financial Ratio: The 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. A financial review will be undertaken during evaluation to ensure this level is met. Insurances: Bidders must confirm they already have or commit to obtain the levels of insurance indicated as follows; Public Liability, Professional Risk Indemnity, Employer's (Compulsory) Liability.",
"minimum": "Financial Ratio: Bidders must demonstrate a Current Ratio of greater than 1. Insurance Levels: Public Liability Insurance in the sum of not less than 1,000,000 GBP; Professional Indemnity Insurance in the sum of not less than 1,000,000 GBP; Employer's liability Insurance in accordance with any legal obligation for the time being in force."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2026-10-29T00:00:00Z"
}
},
"classification": {
"id": "90700000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "SPD Information SPD (Scotland) will be scored on a pass/ fail basis. Bidders must download and complete a separate SPD (Scotland) form for any subcontractors involved in the delivery of this service. List and brief description of selection criteria: Part 2A-D - Information about the bidder, Form of participation, Reliance on other entities, Subcontractors Part 3A-D - Grounds relating to criminal convictions, Payment of taxes, Blacklisting, Social/ Labour Law, Bankruptcy and Insolvency, Creditors, Liquidation, Professional misconduct, Conflicts of interest. Part 4A-C - Professional Registers, Services contracts, Economic and financial standing, Subcontracting, Professional Accreditation, Supply Chain Management/ Tracking Systems used, Environmental management measures. System Information The buyer is using PCS-Tender to conduct this ITT exercise. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Please access invitation to tender documents via Public Contracts Scotland (Tender) via the following code - Project Code 31486 / ITT Code 63328. Supply Chain Management/ Subcontracting Information Where the tenderer proposes to use sub-contractors or a supply chain, they must ensure they respond to question 4C.4 in the Qualification Envelope. Tenderer responses to this question will be assessed in accordance with the methodology outlined below: SPD 4C.4 Scoring Methodology SCORE DESCRIPTION Pass The tenderer's statement includes: 1. Confirmation that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. 2. Confirmation that they have systems in place to pay sub-contractors through the supply chain promptly and effectively. 3. Confirmation that they can provide evidence when requested of: 3.1. their standard payment terms 3.2. >95% of all supply invoices being paid on time (in accordance with the contract) If the tenderer is unable to confirm they can provide evidence of 3.2 above, they should include a an improvement plan as part of their response, signed by their Director, which improves the payment performance. Fail The tenderer's response does not include the information outlined in points 1-3 above or they have not included an improvement plan, signed by their Director, which improves the payment performance. 2.1.4. Further information on Prompt Payment in the Supply Chain and examples of suitable evidence and an improvement plan can be found at Prompt Payment in the Supply Chain | Procurement Journey. Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the contract. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the SPD Supplier Response Form attached to SPD questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. Environmental Management Information Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: - a completed copy of the Bidder 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31486. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 (SC Ref:827502)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000827502"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}