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 Notice

DfE Intertrade Ireland - Managing Agent for InterTradeIreland Innovation Boost Programme (Fusion Phase VI)

  • First published: 18 August 2020
  • Last modified: 18 August 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:
InterTradeIreland
Authority ID:
AA24410
Publication date:
18 August 2020
Deadline date:
29 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
79411100 Business development consultancy services General management consultancy services
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
73220000 Development consultancy services Research and development consultancy services
79412000 Financial management consultancy services Business and management consultancy services
79411000 General management consultancy services Business and management consultancy services
79414000 Human resources management consultancy services Business and management consultancy services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
79900000 Miscellaneous business and business-related services Business services: law, marketing, consulting, recruitment, printing and security
79990000 Miscellaneous business-related services Miscellaneous business and business-related services
79610000 Placement services of personnel Recruitment services
79600000 Recruitment services Business services: law, marketing, consulting, recruitment, printing and security
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
79621000 Supply services of office personnel Supply services of personnel including temporary staff
79620000 Supply services of personnel including temporary staff Recruitment services
72220000 Systems and technical consultancy services Software programming and consultancy 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.