Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
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.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
2 789 445.00
GBP
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
00
00
00
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
Quality criterion: Personnel experience — programme director
/ Weighting: 7
Quality criterion: Plan to recruit eligible SMEs
/ Weighting: 9.8
Quality criterion: Implementation plan to conduct the innovation boost audits
/ Weighting: 8.4
Quality criterion: Innovation springboard
/ Weighting: 5.6
Quality criterion: Engagement with knowledge centres or partners and the selection process
/ Weighting: 8.4
Quality criterion: Preparing and bringing applications for ITI assessment
/ Weighting: 8.4
Quality criterion: Management of the graduate recruitment process
/ Weighting: 7
Quality criterion: Support and monitoring of partnerships
/ Weighting: 7
Quality criterion: Feasible key task analysis and staff input structure
/ Weighting: 5.6
Quality criterion: Contingency planning
/ Weighting: 2.8
Cost criterion: Total Contract Cost
/ Weighting: 30
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 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:
2020/S 159-389137
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/11/2020
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
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: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Helix Innovation Partnerships Ltd
Unit 2 Old Gasworks Business Park
Newry
BT34 2DH
UK
Telephone: +44 2830260700
E-mail: p.grant@helixireland.com
Fax: +44 2830269542
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)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 2 789 445.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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 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.
As above
UK
VI.5) Date of dispatch of this notice
04/12/2020