Contract notice
Section I: Contracting
authority
I.1) Name and addresses
InterTradeIreland
Old Gasworks Business Park, Kilmorey Street
Newry
BT34 2DE
UK
E-mail: SSDAdmin@CPD.finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://intertradeireland.com/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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 Intertrade Ireland - Managing Agent for InterTradeIreland Innovation Boost Programme (Fusion Phase VI)
Reference number: ID 2915247
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Innovation Boost programme is the flagship project within InterTradeIreland’s Innovation portfolio. The programme seeks to embed innovation capability within businesses through collaboration with knowledge centres and the development of graduates. The Contractor will be required to develop, manage and deliver the programme on behalf of ITI. Two key staff will be appointed by the Contractor - a Programme Director who will be the primary point of contact with full autonomy for programme management, delivery and administration and an Innovation Boost Office Manager who will oversee and co-ordinate the administration of the programme. The initial 5 years of the contract will be to recruit all projects onto the programme and manage their delivery through to completion. The remaining 2 years will be to allow the Contractor to oversee the delivery of the final projects through to completion and will not include the recruitment of any new companies onto the programme.
II.1.5) Estimated total value
Value excluding VAT:
2 797 140.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72220000
72221000
73000000
73200000
73220000
79000000
79400000
79410000
79411000
79411100
79412000
79414000
79600000
79610000
79620000
79621000
79900000
79990000
II.2.3) Place of performance
NUTS code:
UKN0
IE0
II.2.4) Description of the procurement
The Innovation Boost programme is the flagship project within InterTradeIreland’s Innovation portfolio. The programme seeks to embed innovation capability within businesses through collaboration with knowledge centres and the development of graduates. The Contractor will be required to develop, manage and deliver the programme on behalf of ITI. Two key staff will be appointed by the Contractor - a Programme Director who will be the primary point of contact with full autonomy for programme management, delivery and administration and an Innovation Boost Office Manager who will oversee and co-ordinate the administration of the programme. The initial 5 years of the contract will be to recruit all projects onto the programme and manage their delivery through to completion. The remaining 2 years will be to allow the Contractor to oversee the delivery of the final projects through to completion and will not include the recruitment of any new companies onto the programme.
II.2.5) Award criteria
Criteria below:
Quality criterion: AC1 Personnel Experience (Programme Director & Programme Manager)
/ Weighting: 10.5
Quality criterion: AC2 Plan to recruit eligible SMEs
/ Weighting: 8.4
Quality criterion: AC3 Implementation plan to conduct the Innovation Boost Audits
/ Weighting: 7
Quality criterion: AC4 Innovation Springboard
/ Weighting: 5.6
Quality criterion: AC5 Engagement with knowledge centres (or partners) and the selection process
/ Weighting: 8.4
Quality criterion: AC6 Preparing and bringing applications for ITI assessment
/ Weighting: 7
Quality criterion: AC7 Management of the graduate recruitment process
/ Weighting: 7
Quality criterion: AC8 Support and monitoring of partnerships
/ Weighting: 7
Quality criterion: AC9 Feasible key task analysis and staff input structure
/ Weighting: 5.6
Quality criterion: AC10 Contingency planning
/ Weighting: 3.5
Cost criterion: AC11 Total Contract Cost
/ Weighting: 30
II.2.6) Estimated value
Value excluding VAT:
2 797 140.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
After the initial contract period, there is one option to extend for 24 months.
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The Client will monitor the Contractor’s performance as detailed in the Specification Schedule and in the Commercial Conditions of Contract Schedule 3 Contract Management/Monitoring Schedule.
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/09/2020
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
28/12/2020
IV.2.7) Conditions for opening of tenders
Date:
29/09/2020
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Contract Monitoring. 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 three. 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.
As above
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 and, where. appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice
13/08/2020