Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union

  • First published: 24 April 2020
  • Last modified: 24 April 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Invest NI
Authority ID:
AA0036
Publication date:
24 April 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Invest NI

Bedford Square, 1 Bedford Street

Belfast

BT2 7ES

UK

E-mail: ssdadmin.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Economic and financial affairs

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union

II.1.2) Main CPV code

66150000

 

II.1.3) Type of contract

Services

II.1.4) Short description

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 2 800 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Benelux Belgium, Netherlands and Luxembourg

II.2.2) Additional CPV code(s)

75110000

75000000

75111100

75111200

75120000

75130000

75211110

66100000

73000000

73100000

73200000

73300000

73400000

II.2.3) Place of performance

NUTS code:

UK

UKN

UKN0

II.2.4) Description of the procurement

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union.

II.2.5) Award criteria

Quality criterion: Lead trade advisor experience / Weighting: 50

Quality criterion: Proposed methodology / Weighting: 10

Cost criterion: Contract price / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be established for an initial period of 1 year with the option to extend the contract for another two further periods of 2 years. The maximum length of the contract will be a 5-year period.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Nordics Norway, Sweden, Finland and Denmark

II.2.2) Additional CPV code(s)

75110000

75000000

75111100

75111200

75120000

75130000

75211110

66100000

73000000

73100000

73200000

73300000

73400000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union.

II.2.5) Award criteria

Quality criterion: Lead trade adviser experience / Weighting: 50

Quality criterion: Proposed methodology / Weighting: 10

Cost criterion: Contract price / Weighting: 10

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be established for an initial period of 1 year, with the option to extend the contract for another two further periods of 2 years. The maximum length of the contract will be a 5-year period.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Central and Eastern Europe Czech Republic, Slovakia, Poland and Hungary

II.2.2) Additional CPV code(s)

75110000

75000000

75111100

75111200

75120000

75130000

75211110

66100000

73000000

73100000

73200000

73300000

73400000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union.

II.2.5) Award criteria

Quality criterion: Lead trade adviser experience / Weighting: 50

Quality criterion: Proposed methodology / Weighting: 10

Cost criterion: Contract price / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be established for an initial period of 1 year, with the option to extend the contract for another two further periods of 2 years. The maximum length of the contract will be a 5-year period.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

German Speaking markets Germany, Austria and Switzerland

II.2.2) Additional CPV code(s)

75110000

75000000

75111100

75111200

75120000

75130000

75211110

66100000

73000000

73100000

73200000

73300000

73400000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union.

II.2.5) Award criteria

Quality criterion: Lead trade adviser experience / Weighting: 50

Quality criterion: Proposed methodology / Weighting: 10

Cost criterion: Contract price / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be established for an initial period of 1 year, with the option to extend the contract for another two further periods of 2 years. The maximum length of the contract will be a 5-year period.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

France

II.2.2) Additional CPV code(s)

75110000

75000000

75111100

75111200

75120000

75130000

75211110

66100000

73000000

73100000

73200000

73300000

73400000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union.

II.2.5) Award criteria

Quality criterion: Lead trade adviser experience / Weighting: 50

Quality criterion: Proposed methodology / Weighting: 10

Cost criterion: Contract price / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be established for an initial period of 1 year, with the option to extend the contract for another two further periods of 2 years. The maximum length of the contract will be a 5-year period.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Italy

II.2.2) Additional CPV code(s)

75110000

75000000

75111100

75111200

75120000

75130000

75211110

66100000

73000000

73100000

73200000

73300000

73400000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union.

II.2.5) Award criteria

Quality criterion: Lead trade adviser experience / Weighting: 50

Quality criterion: Proposed methodology / Weighting: 10

Cost criterion: Contract price / Weighting: 10

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be established for an initial period of 1 year, with the option to extend the contract for another two further periods of 2 years. The maximum length of the contract will be a 5-year period.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Spain and Portugal

II.2.2) Additional CPV code(s)

75110000

75000000

75111100

75111200

75120000

75130000

75211110

66100000

73000000

73100000

73200000

73300000

73400000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union.

II.2.5) Award criteria

Quality criterion: Lead trade adviser experience / Weighting: 50

Quality criterion: Proposed methodology / Weighting: 10

Cost criterion: Contract price / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be established for an initial period of 1 year, with the option to extend the contract for another two further periods of 2 years. The maximum length of the contract will be a 5-year period.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Turkey

II.2.2) Additional CPV code(s)

75110000

75000000

75111100

75111200

75120000

75130000

75211110

66100000

73000000

73100000

73200000

73300000

73400000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union.

II.2.5) Award criteria

Quality criterion: Lead trade adviser experience / Weighting: 50

Quality criterion: Proposed methodology / Weighting: 10

Cost criterion: Contract price / Weighting: 10

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be established for an initial period of 1 year, with the option to extend the contract for another two further periods of 2 years. The maximum length of the contract will be a 5-year period.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

Russia

II.2.2) Additional CPV code(s)

75110000

75000000

75111100

75111200

75120000

75130000

75211110

66100000

73000000

73100000

73200000

73300000

73400000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union.

II.2.5) Award criteria

Quality criterion: Lead trade adviser experience / Weighting: 50

Quality criterion: Proposed metholology / Weighting: 10

Cost criterion: Contract price / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be established for an initial period of 1 year, with the option to extend the contract for another two further periods of 2 years. The maximum length of the contract will be a 5-year period.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.1) Title

Great Britain and the Republic of Ireland

II.2.2) Additional CPV code(s)

75110000

75000000

75111100

75111200

75120000

75130000

75211110

66100000

73000000

73100000

73200000

73300000

73400000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

DfE — Invest NI — Provision of Trade Advisory Services (TAS) in the European Union.

II.2.5) Award criteria

Quality criterion: Lead trade adviser experience / Weighting: 50

Quality criterion: Proposed methodology / Weighting: 10

Cost criterion: Contract Price / Weighting: 40

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be established for an initial period of 1 year, with the option to extend the contract for another two further periods of 2 years. The maximum length of the contract will be a 5-year period.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 211-517043

Section V: Award of contract

Lot No: 1

Contract No: 1

Title: Benelux (Belgium, Netherlands and Luxembourg)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2020

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from EU Member States: 6

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

psps business abroad

Bankaplein 3 2e verdiepin

's-Gravenhage

2585 EV

NL

NUTS: NL

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 545 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 2

Title: Nordics (Norway, Sweden, Finland and Denmark)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2020

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Northern Ireland Trade Consultants B.V.

Beethovenstraat 176

Amsterdam

1077 JX

NL

Telephone: +44 204217400

NUTS: NL

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 630 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 3

Title: Central and Eastern Europe (Czech Republic, Slovakia, Poland and Hungary)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2020

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

OCO Global Ltd

6 Albert Street

Belfast

BT12 4HQ

UK

Telephone: +44 2890241849

E-mail: naomi.byrne@ocoglobal.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 138 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 4

Title: German Speaking markets (Germany, Austria and Switzerland)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2020

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

AHP International GmbH Co. KG

Karl-Heinrich-Ulrichs-Straße 11

Berlin

10787

DE

Telephone: +49 62219157110

E-mail: wegerich@ahpkg.de

NUTS: DE

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 270 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Contract No: 5

Title: France

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2020

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

OCO Global Ltd

6 Albert Street

Belfast

BT12 4HQ

UK

Telephone: +44 2890241849

E-mail: naomi.byrne@ocoglobal.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 114 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Contract No: 6

Title: Italy

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2020

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Northern Ireland Trade Consultants B.V.

Beethovenstraat 176

Amsterdam

1077 JX

NL

Telephone: +31 204217400

NUTS: NL

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 306 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Contract No: 7

Title: Spain and Portugal

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2020

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Northern Ireland Trade Consultants B.V.

Beethovenstraat 176

Amsterdam

1077 JX

NL

Telephone: +31 204217400

NUTS: NL

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 294 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Contract No: 8

Title: Turkey

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2020

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Ekspatia Hizmet Yonetimi ve Danismanlik Nese Yahya

Telsizler Mah. Talatpaşa Cad. 163 Nef Flats Levent 163 K.5 D.244 Kağithane

Istanbul

34410

TR

Telephone: +90 2122925933

E-mail: nese@expatia.net

NUTS: TR

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 102 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 9

Contract No: 9

Title: Russia

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2020

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Northern Ireland Trade Consultants B.V.

Beethovenstraat 176

Amsterdam

1077 JX

NL

Telephone: +31 204217400

NUTS: NL

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 96 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 10

Contract No: 10

Title: Great Britain and the Republic of Ireland

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2020

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

HMC Global

3rd Floor, Lesley Suites, 2-12 Montgomery Street

Belfast

BT17 0XA

UK

Telephone: +44 2890662333

E-mail: harry.jones@hmcglobal.co.uk

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 305 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 — Contract Management — Procedures and Principles). Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a notice of unsatisfactory performance and this contract may be terminated. A central register of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the date of issue of the notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy.

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015

UK

UK

VI.5) Date of dispatch of this notice

21/04/2020

Coding

Commodity categories

ID Title Parent category
75000000 Administration, defence and social security services Defence and security
75120000 Administrative services of agencies Administration services
66100000 Banking and investment services Financial and insurance services
75211110 Consular services Foreign-affairs services
73300000 Design and execution of research and development Research and development services and related consultancy services
75111100 Executive services Executive and legislative services
66150000 Financial markets administration services Banking and investment services
75110000 General public services Administration services
75111200 Legislative services Executive and legislative services
73200000 Research and development consultancy services Research and development services and related consultancy services
73000000 Research and development services and related consultancy services Research and Development
73400000 Research and Development services on security and defence materials Defence and security
73100000 Research and experimental development services Research and development services and related consultancy services
75130000 Supporting services for the government Administration services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ssdadmin.cpd@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.