Section one: Contracting authority
one.1) Name and addresses
Centre for Process Innovation Limited
Wilton Centre
Redcar
TS10 4RF
Contact
Ben Westwood
Telephone
+44 1642455340
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30305
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Technology Development
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
2562 - Bluhive Consultancy Framework
Reference number
2562
two.1.2) Main CPV code
- 79410000 - Business and management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short 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
two.1.5) Estimated total value
Value excluding VAT: £4,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Cultural & Strategic Change Management
Lot No
1
two.2.2) Additional CPV code(s)
- 79410000 - Business and management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Demonstratable Experience and Capability of the Consultants / Weighting: 35
Quality criterion - Name: Demonstrable Experience & Capability of the Organisation / Weighting: 35
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
24 months initial duration with one 24 month extension option at the discretion of the contracting authority
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Systems Transformation Analysis
Lot No
2
two.2.2) Additional CPV code(s)
- 79410000 - Business and management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Demonstratable Experience and Capability of the Consultants / Weighting: 15
Quality criterion - Name: Demonstratable Experience and Capability of the Organisation / Weighting: 15
Quality criterion - Name: Methodology / Weighting: 20
Quality criterion - Name: Reporting / Weighting: 20
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
one additional 24 month extension option at the discretion of the contracting authority
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Social Feasibility Assessment
Lot No
3
two.2.2) Additional CPV code(s)
- 79410000 - Business and management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
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
two.2.5) Award criteria
Quality criterion - Name: Demonstratable Experience and Capability of the Consultants / Weighting: 15
Quality criterion - Name: Demonstratable Experience & Capability of the Organisation / Weighting: 15
Quality criterion - Name: Geopolitical Landscapes and Demographics Experience and Capability / Weighting: 10
Quality criterion - Name: Academic and Industry Standard Experience and Capability / Weighting: 10
Quality criterion - Name: Examples of Quality and Validity of Data / Weighting: 10
Quality criterion - Name: Evidence of diverse and impactful networks / Weighting: 10
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
one additional 24month extension at the discretion of the contracting authority
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Environmental Feasibility Assessment
Lot No
4
two.2.2) Additional CPV code(s)
- 79410000 - Business and management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
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)
two.2.5) Award criteria
Quality criterion - Name: Demonstratable Experience and Capability of the Consultants / Weighting: 15
Quality criterion - Name: Demonstratable Experience and Capability of the Organisation / Weighting: 15
Quality criterion - Name: Geopolitical Landscapes and Demographics Experience and Capability / Weighting: 10
Quality criterion - Name: Academic and Industry Standard Experience and Capability / Weighting: 10
Quality criterion - Name: Examples of Quality and Validity of Data / Weighting: 10
Quality criterion - Name: Evidence of diverse and impactful networks / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
One optional 24 month extension at the discretion of the contracting authority
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Economic Feasability Assessment
Lot No
5
two.2.2) Additional CPV code(s)
- 79410000 - Business and management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
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
two.2.5) Award criteria
Quality criterion - Name: Demonstratable Experience and Capability of the Consultants / Weighting: 15
Quality criterion - Name: Demonstratable Experience and Capability of the Organisation / Weighting: 15
Quality criterion - Name: Geopolitical Landscapes and Demographics Experience and Capability / Weighting: 10
Quality criterion - Name: Academic and Industry Standard Experience and Capability / Weighting: 10
Quality criterion - Name: Examples of Quality and Validity of Data / Weighting: 10
Quality criterion - Name: Evidence of diverse and impactful networks / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
One additional 24 month extension at the discretion of the contracting authority
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Project Road-mapping
Lot No
6
two.2.2) Additional CPV code(s)
- 79410000 - Business and management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
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).
two.2.5) Award criteria
Quality criterion - Name: Demonstratable Experience and Capability of the Consultants / Weighting: 25
Quality criterion - Name: Demonstratable Experience and Capability of the Organisation / Weighting: 25
Quality criterion - Name: Methodology / Weighting: 20
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
One additional 24 month extension at the discretion of the contracting authority
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 30
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
21 November 2022
Local time
12:00pm
Changed to:
Date
2 December 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 November 2022
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://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 https://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)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Glasgow
G5 9DA
Country
United Kingdom