Tender

2562 - Bluhive Consultancy Framework

CENTRE FOR PROCESS INNOVATION LIMITED

This public procurement record has 2 releases in its history.

TenderUpdate

17 Nov 2022 at 00:00

Tender

19 Oct 2022 at 00:00

Summary of the contracting process

The Centre for Process Innovation Limited located in Redcar, UK, has launched a procurement process for the "Bluhive Consultancy Framework" in the services category. This framework offers access to specialist support services for challenges related to CPI's Bluehive business model. The procurement stage is currently active with a tender deadline of 21st November 2022. The framework consists of multiple lots covering areas such as strategy, environment, economics, and project roadmapping.

This tender by the Centre for Process Innovation Limited provides business growth opportunities for consultancy firms specialising in areas like cultural & strategic change management, systems transformation analysis, social & environmental feasibility assessment, economic feasibility assessment, and project roadmapping. Vendors with expertise in delivering comprehensive consultancy services aligned with CPI's business model can compete in this open procurement process. The deadline for electronic submissions is set for 21st November 2022, offering potential vendors a chance to contribute to CPI's strategic initiatives.

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

D3 Tenders Premium

Win More Public Sector Contracts

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

Notice Title

2562 - Bluhive Consultancy Framework

Notice Description

A framework for consultancy services is required to offer quick access to specific specialist support services that will be required for the systemic challenges that are being developed in relation to CPI's Bluehive business model. Having easeof-access to an established network of specialist suppliers will be critical for delivering the services that CPI will be offering to our customers. This framework has been split into the following lots; Lot # & Title 1 - Cultural & Strategic Change Management 2 - Systems Transformation Analysis 3 - Social Feasability Assessment 4 - Envinronmental Feasability Assessment 5 - Economic Feasability Assessment 6 - Project Roadmapping

Lot Information

Cultural & Strategic Change Management

Lot 1: Cultural and Strategic Change Management The organisations that engage in this programme generally acknowledge that they have problems to address, though they won't often fully appreciate the extent of the systemic challenge nor the changes that need to occur in order to properly address the challenge. This will often require reflection and recalibration of their strategies, vision and leadership culture. Therefore, CPI is seeking to appoint a panel of vendors that specialise in the following: - Leadership and culture change Provide support in helping leaders and organisations to evolve and shift how they see and understand themselves and their role in the world, to strive for and commit to initiatives for the greater good. - Multi-stakeholder Collaboration Working with groups of organisations to build common ground, trust, shared language, and ambition, whilst effectively handling tensions and diverse perspectives. All with the purpose of forming an effective coalition. - Strategy and vision setting Understanding various organisation's motivations, ambitions, and desired outcomes. Convening separate parties and reaching consensus on a collective vision and strategic objectives for the consortium and change programme.

Renewal: 24 months initial duration with one 24 month extension option at the discretion of the contracting authority

Systems Transformation Analysis

CPI is seeking to appoint a panel of vendors to lead in-depth investigations of chosen systems, to understand the objects, networks and loops that form them. This will include mapping of the current state, outlining the theory of change, and further mapping of the desired future states of the systems, with multiple organisations working together in collaboration. Key services should include: - Current System Analysis Understanding the system that the collaboration is trying to change through data-driven insights on social and environmental impacts, e.g., analysing the current state of material flows within a system in terms of its overall circular economy performance or measuring the impact to the end-user of a system change such as their positive or negative experiences. Current state analysis is required to understand how both internal and external forces and dynamics contribute to the resilience of the system and identify impact hotspots as well as opportunities for transformation. - Strategy Development Developing a holistic vision and goals for what the system should look and function like in an ideal, sustainable state. This will involve the definition of performance KPIs across a broad range of metrics, to help embed sustainability into the collaborator's organisational strategies. - Future System Design Identify and outline innovation gaps and proposed interventions that could prove to be leverage points for transforming the system toward a more sustainable model of operation. This will include mapping the collaborator's portfolio to the system to assess opportunities for strategic investments and to develop a roadmap to reach desired outcomes.

Renewal: one additional 24 month extension option at the discretion of the contracting authority

Social Feasibility Assessment

CPI is seeking to appoint a panel of vendors that specialise in the social and sociological assessment of products, supply chains and value chains. The service will include desk-based research, measuring, monitoring, modelling, simulating, and scenario and sensitivity analysis. Vendors will be able to demonstrate expert knowledge in (but not limited to): - Psychology - Policy & politics - Behavioural change - Equality - Incentives, levers and mechanisms

Renewal: one additional 24month extension at the discretion of the contracting authority

Environmental Feasibility Assessment

CPI is seeking to appoint a panel of vendors that specialise in the environmental assessment of products, supply chains and value chains. The service will include desk-based research, measuring, monitoring, modelling, simulating, and scenario and sensitivity analysis. Vendors will be able to demonstrate expert knowledge in (but not limited to): - Biotechnology, Chemistry, Chemical engineering, - Feedstocks, materials and energy (fossil & renewable), - Resources (geology, forestry, agriculture, water) - Various sectors, for example: mineral mining, petrochemical, paper & pulp, metals, polymers & plastics including bio and biodegradable, ceramics including glass - Waste separation and recycling (mechanical, chemical, advanced thermal)

Renewal: One optional 24 month extension at the discretion of the contracting authority

Economic Feasability Assessment

CPI is seeking to appoint a panel of vendors that specialise in the economic assessment of products, supply chains and value chains. The service will include desk-based research, measuring, monitoring, modelling, simulating, and scenario and sensitivity analysis. Vendors will be able to demonstrate expert knowledge in (but not limited to): - Economics and finance - Mass balance - Process economics - Systems analysis - Modelling, simulation, scenario analysis, sensitivity analysis - Regenerative finance - Digital (Fintech, blockchain, non-fungible tokens) - Taxation, incentives, mechanisms - Forecasting markets

Renewal: One additional 24 month extension at the discretion of the contracting authority

Project Road-mapping

CPI is seeking to appoint a panel of vendors that specialise in the development of roadmaps for delivering strategic innovation projects. They will provide clear direction and alignment to the needs highlighted throughout the earlier stages of CPI's discovery process, collaborating closely with CPI and the challenge partners. Key services should include: - Strategic Roadmapping Development of a detailed innovation roadmap, taking into account the outputs from the earlier systems transformation analysis, and social, environmental, and economic assessments. Specifically factoring in the innovation gaps and intervention opportunities that have been highlighted within the systems transformation step. This process should identify short-term and long-term goals, milestones, deliverables, and timelines. - Success Measurement Identification of necessary target metrics and reporting infrastructure to ensure that the goals outlined in the roadmap are SMART. - Project Design Translating the roadmap into a practical project/programme structure, outlining stakeholder organisation, key resource requirements, critical work packages / projects, and required outputs to achieve desired outcomes. (Note, the requirement here is a proposed project structure, not a comprehensive project plan).

Renewal: One additional 24 month extension at the discretion of the contracting authority

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000710671
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV464625
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F14 - Corrigendum
Procurement Type
Framework
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

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


CPV Codes

79410000 - Business and management consultancy services

Notice Value(s)

Tender Value
£4,500,000 £1M-£10M
Lots Value
£3,600,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Nov 20223 years ago
Submission Deadline
21 Nov 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
CENTRE FOR PROCESS INNOVATION LIMITED
Contact Name
Ben Westwood
Contact Email
e-tendering@uk-cpi.com
Contact Phone
+44 1642455340

Buyer Location

Locality
REDCAR
Postcode
TS10 4RF
Post Town
Cleveland
Country
England

Major Region (ITL 1)
TLC North East (England)
Basic Region (ITL 2)
TLC3 Tees Valley
Small Region (ITL 3)
TLC32 South Teesside
Delivery Location
Not specified

Local Authority
Redcar and Cleveland
Electoral Ward
Dormanstown
Westminster Constituency
Redcar

Further Information

Notice Documents

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-r6ebe6-0000710671-2022-11-17T00:00:00Z",
    "date": "2022-11-17T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000710671",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-59",
            "name": "Centre for Process Innovation Limited",
            "identifier": {
                "legalName": "Centre for Process Innovation Limited"
            },
            "address": {
                "streetAddress": "Wilton Centre",
                "locality": "Redcar",
                "region": "UK",
                "postalCode": "TS10 4RF"
            },
            "contactPoint": {
                "name": "Ben Westwood",
                "email": "e-tendering@uk-cpi.com",
                "telephone": "+44 1642455340",
                "url": "https://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Technology Development",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Scientific Research",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.uk-cpi.com"
            }
        },
        {
            "id": "org-60",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-12",
            "name": "Centre for Process Innovation Limited",
            "identifier": {
                "legalName": "Centre for Process Innovation Limited"
            },
            "address": {
                "streetAddress": "Wilton Centre",
                "locality": "Redcar",
                "region": "UK",
                "postalCode": "TS10 4RF"
            },
            "contactPoint": {
                "name": "Ben Westwood",
                "email": "e-tendering@uk-cpi.com",
                "telephone": "+44 1642455340",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.uk-cpi.com"
            }
        }
    ],
    "buyer": {
        "name": "Centre for Process Innovation Limited",
        "id": "org-12"
    },
    "tender": {
        "id": "2562",
        "title": "2562 - Bluhive Consultancy Framework",
        "description": "A framework for consultancy services is required to offer quick access to specific specialist support services that will be required for the systemic challenges that are being developed in relation to CPI's Bluehive business model. Having easeof-access to an established network of specialist suppliers will be critical for delivering the services that CPI will be offering to our customers. This framework has been split into the following lots; Lot # & Title 1 - Cultural & Strategic Change Management 2 - Systems Transformation Analysis 3 - Social Feasability Assessment 4 - Envinronmental Feasability Assessment 5 - Economic Feasability Assessment 6 - Project Roadmapping",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "79410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "79410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "79410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "id": "79410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "id": "79410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "6"
            }
        ],
        "value": {
            "amount": 4500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2022-11-21T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-11-21T12:30:00Z"
        },
        "documents": [
            {
                "id": "OCT462095",
                "documentType": "contractNotice",
                "title": "2562 - Bluhive Consultancy Framework",
                "description": "A framework for consultancy services is required to offer quick access to specific specialist support services that will be required for the systemic challenges that are being developed in relation to CPI's Bluehive business model. Having easeof-access to an established network of specialist suppliers will be critical for delivering the services that CPI will be offering to our customers. This framework has been split into the following lots; Lot # & Title 1 - Cultural & Strategic Change Management 2 - Systems Transformation Analysis 3 - Social Feasability Assessment 4 - Envinronmental Feasability Assessment 5 - Economic Feasability Assessment 6 - Project Roadmapping",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT462095",
                "format": "text/html"
            },
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            },
            {
                "id": "OCT462095-1",
                "title": "2562 Tender Pack",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT462095&idx=1",
                "datePublished": "2022-10-19T10:35:04Z",
                "dateModified": "2022-11-17T14:55:37Z",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "OCT462095-2",
                "title": "2562 Tender Pack v2",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT462095&idx=2",
                "datePublished": "2022-11-17T14:55:37Z",
                "dateModified": "2022-11-17T14:55:37Z",
                "format": "application/x-zip-compressed"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Cultural & Strategic Change Management",
                "description": "Lot 1: Cultural and Strategic Change Management The organisations that engage in this programme generally acknowledge that they have problems to address, though they won't often fully appreciate the extent of the systemic challenge nor the changes that need to occur in order to properly address the challenge. This will often require reflection and recalibration of their strategies, vision and leadership culture. Therefore, CPI is seeking to appoint a panel of vendors that specialise in the following: - Leadership and culture change Provide support in helping leaders and organisations to evolve and shift how they see and understand themselves and their role in the world, to strive for and commit to initiatives for the greater good. - Multi-stakeholder Collaboration Working with groups of organisations to build common ground, trust, shared language, and ambition, whilst effectively handling tensions and diverse perspectives. All with the purpose of forming an effective coalition. - Strategy and vision setting Understanding various organisation's motivations, ambitions, and desired outcomes. Convening separate parties and reaching consensus on a collective vision and strategic objectives for the consortium and change programme.",
                "status": "active",
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Demonstratable Experience and Capability of the Consultants",
                            "description": "35"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "24 months initial duration with one 24 month extension option at the discretion of the contracting authority"
                }
            },
            {
                "id": "2",
                "title": "Systems Transformation Analysis",
                "description": "CPI is seeking to appoint a panel of vendors to lead in-depth investigations of chosen systems, to understand the objects, networks and loops that form them. This will include mapping of the current state, outlining the theory of change, and further mapping of the desired future states of the systems, with multiple organisations working together in collaboration. Key services should include: - Current System Analysis Understanding the system that the collaboration is trying to change through data-driven insights on social and environmental impacts, e.g., analysing the current state of material flows within a system in terms of its overall circular economy performance or measuring the impact to the end-user of a system change such as their positive or negative experiences. Current state analysis is required to understand how both internal and external forces and dynamics contribute to the resilience of the system and identify impact hotspots as well as opportunities for transformation. - Strategy Development Developing a holistic vision and goals for what the system should look and function like in an ideal, sustainable state. This will involve the definition of performance KPIs across a broad range of metrics, to help embed sustainability into the collaborator's organisational strategies. - Future System Design Identify and outline innovation gaps and proposed interventions that could prove to be leverage points for transforming the system toward a more sustainable model of operation. This will include mapping the collaborator's portfolio to the system to assess opportunities for strategic investments and to develop a roadmap to reach desired outcomes.",
                "status": "active",
                "value": {
                    "amount": 1200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Demonstratable Experience and Capability of the Consultants",
                            "description": "15"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "one additional 24 month extension option at the discretion of the contracting authority"
                }
            },
            {
                "id": "3",
                "title": "Social Feasibility Assessment",
                "description": "CPI is seeking to appoint a panel of vendors that specialise in the social and sociological assessment of products, supply chains and value chains. The service will include desk-based research, measuring, monitoring, modelling, simulating, and scenario and sensitivity analysis. Vendors will be able to demonstrate expert knowledge in (but not limited to): - Psychology - Policy & politics - Behavioural change - Equality - Incentives, levers and mechanisms",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Demonstratable Experience and Capability of the Consultants",
                            "description": "15"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "one additional 24month extension at the discretion of the contracting authority"
                }
            },
            {
                "id": "4",
                "title": "Environmental Feasibility Assessment",
                "description": "CPI is seeking to appoint a panel of vendors that specialise in the environmental assessment of products, supply chains and value chains. The service will include desk-based research, measuring, monitoring, modelling, simulating, and scenario and sensitivity analysis. Vendors will be able to demonstrate expert knowledge in (but not limited to): - Biotechnology, Chemistry, Chemical engineering, - Feedstocks, materials and energy (fossil & renewable), - Resources (geology, forestry, agriculture, water) - Various sectors, for example: mineral mining, petrochemical, paper & pulp, metals, polymers & plastics including bio and biodegradable, ceramics including glass - Waste separation and recycling (mechanical, chemical, advanced thermal)",
                "status": "active",
                "value": {
                    "amount": 800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Demonstratable Experience and Capability of the Consultants",
                            "description": "15"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One optional 24 month extension at the discretion of the contracting authority"
                }
            },
            {
                "id": "5",
                "title": "Economic Feasability Assessment",
                "description": "CPI is seeking to appoint a panel of vendors that specialise in the economic assessment of products, supply chains and value chains. The service will include desk-based research, measuring, monitoring, modelling, simulating, and scenario and sensitivity analysis. Vendors will be able to demonstrate expert knowledge in (but not limited to): - Economics and finance - Mass balance - Process economics - Systems analysis - Modelling, simulation, scenario analysis, sensitivity analysis - Regenerative finance - Digital (Fintech, blockchain, non-fungible tokens) - Taxation, incentives, mechanisms - Forecasting markets",
                "status": "active",
                "value": {
                    "amount": 800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Demonstratable Experience and Capability of the Consultants",
                            "description": "15"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One additional 24 month extension at the discretion of the contracting authority"
                }
            },
            {
                "id": "6",
                "title": "Project Road-mapping",
                "description": "CPI is seeking to appoint a panel of vendors that specialise in the development of roadmaps for delivering strategic innovation projects. They will provide clear direction and alignment to the needs highlighted throughout the earlier stages of CPI's discovery process, collaborating closely with CPI and the challenge partners. Key services should include: - Strategic Roadmapping Development of a detailed innovation roadmap, taking into account the outputs from the earlier systems transformation analysis, and social, environmental, and economic assessments. Specifically factoring in the innovation gaps and intervention opportunities that have been highlighted within the systems transformation step. This process should identify short-term and long-term goals, milestones, deliverables, and timelines. - Success Measurement Identification of necessary target metrics and reporting infrastructure to ensure that the goals outlined in the roadmap are SMART. - Project Design Translating the roadmap into a practical project/programme structure, outlining stakeholder organisation, key resource requirements, critical work packages / projects, and required outputs to achieve desired outcomes. (Note, the requirement here is a proposed project structure, not a comprehensive project plan).",
                "status": "active",
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Demonstratable Experience and Capability of the Consultants",
                            "description": "25"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One additional 24 month extension at the discretion of the contracting authority"
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2022-11-21T12:30:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 30
            }
        },
        "classification": {
            "id": "79410000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-11",
                "description": "Additional time for ITT response following requests for time extensions",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2022-11-21T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-12-02T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2022-11-21T12:30:00Z"
                        },
                        "newValue": {
                            "date": "2022-12-05T08:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=710671. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Not relevant to delivery of the services The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: Community Benefit Clauses not relevant to delivery of the services under the framework (SC Ref:710671)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000710671"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000710671"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum"
}