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