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

ID 5147882 DfE - Invest NI - Foreign Direct Investment Marketing Tool and Foreign Direct Investment Location Benchmarking Tool

  • First published: 10 December 2023
  • Last modified: 10 December 2023
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0422f3
Published by:
Invest Northern Ireland
Authority ID:
AA20566
Publication date:
10 December 2023
Deadline date:
15 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Within Invest NI, the International Investment Division has specific responsibility for attracting and negotiating new Foreign Direct Investment for Northern Ireland. Through its network of overseas offices and contacts, Invest NI promotes the benefits of setting up in Northern Ireland. In order to ensure they have they most accurate information, the International Investment Division require access to two databases, which are being procured as part of this contract. This contract has been divided into two Lots. Lot 1, the provision of a FDI Market Intelligence Tool and Lot 2, provision of a FDI Location Benchmarking Tool. One Contractor will be awarded each lot however, there are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, or both Lots as they wish. Please see ID 5029043 Specification for further information.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Invest Northern Ireland

Bedford Square 1 Bedford Street

n/a

BT2 7ES

UK

Contact person: SSDAdmin.CPDfinance-ni.gov.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.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ID 5147882 DfE - Invest NI - Foreign Direct Investment Marketing Tool and Foreign Direct Investment Location Benchmarking Tool

Reference number: ID 5147882

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Within Invest NI, the International Investment Division has specific responsibility for attracting and negotiating new Foreign Direct Investment for Northern Ireland. Through its network of overseas offices and contacts, Invest NI promotes the benefits of setting up in Northern Ireland. In order to ensure they have they most accurate information, the International Investment Division require access to two databases, which are being procured as part of this contract. This contract has been divided into two Lots. Lot 1, the provision of a FDI Market Intelligence Tool and Lot 2, provision of a FDI Location Benchmarking Tool. One Contractor will be awarded each lot however, there are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, or both Lots as they wish. Please see ID 5029043 Specification for further information.

II.1.5) Estimated total value

Value excluding VAT: 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 2 lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Provision of A FDI Market Intelligence Tool

II.2.2) Additional CPV code(s)

48220000

48610000

48600000

72000000

72260000

72316000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Within Invest NI, the International Investment Division has specific responsibility for attracting and negotiating new Foreign Direct Investment for Northern Ireland. Through its network of overseas offices and contacts, Invest NI promotes the benefits of setting up in Northern Ireland. In order to ensure they have they most accurate information, the International Investment Division require access to two databases, which are being procured as part of this contract. This contract has been divided into two Lots. Lot 1, the provision of a FDI Market Intelligence Tool and Lot 2, provision of a FDI Location Benchmarking Tool. One Contractor will be awarded each lot however, there are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, or both Lots as they wish. Please see ID 5029043 Specification for further information.

II.2.5) Award criteria

Criteria below:

Quality criterion: AC1 Methods adn Sources of Data Collection / Weighting: 9

Quality criterion: AC2 Contingency, Escalation and Training / Weighting: 9

Quality criterion: AC3 Social Value / Weighting: 12

Cost criterion: AC4 Total Contract Price / Weighting: 70

II.2.6) Estimated value

Value excluding VAT: 250 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

As per Contract Documents

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:

The Contract will be awarded for an initial period of 3 years with the option to extend for 2 further periods of up to 12 months each

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

Lot 2 - Provision of a FDI Location Benchmarking Tool

II.2.2) Additional CPV code(s)

48220000

48610000

48600000

72000000

72260000

72316000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Within Invest NI, the International Investment Division has specific responsibility for attracting and negotiating new Foreign Direct Investment for Northern Ireland. Through its network of overseas offices and contacts, Invest NI promotes the benefits of setting up in Northern Ireland. In order to ensure they have they most accurate information, the International Investment Division require access to two databases, which are being procured as part of this contract. This contract has been divided into two Lots. Lot 1, the provision of a FDI Market Intelligence Tool and Lot 2, provision of a FDI Location Benchmarking Tool. One Contractor will be awarded each lot however, there are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, or both Lots as they wish. Please see ID 5029043 Specification for further information.

II.2.5) Award criteria

Criteria below:

Quality criterion: AC1 Methods and Sources of Data Collection / Weighting: 9

Quality criterion: AC2 Contingency, Escalation and Training / Weighting: 9

Quality criterion: AC3 Social Value / Weighting: 12

Cost criterion: AC4 Total Contract Price / Weighting: 70

II.2.6) Estimated value

Value excluding VAT: 250 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

As per Contract Documents

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:

The Contract will be awarded for an initial period of 3 years with the option to extend for 2 further periods of up to 12 months each

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 15/01/2024

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: 14/04/2024

IV.2.7) Conditions for opening of tenders

Date: 15/01/2024

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

This contract will potentially be due to be re-procured after the initial contract period and any / or following any extensions.

VI.3) Additional information

The successful Contractor’s performance on this contract will be managed as per the specification and regularly monitored. 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. The authority expressly reserves the rights (i) not to award any contract as a result of the procurement process commenced. by. publication of this notice; (ii) to make whatever changes it may see fit to the content and structure of the tendering competition;. (iii) to... award (a) contract(s) in respect of any part(s) of the (services) covered by this notice; and (iv) to award contract(s) in stages and. in no... circumstances will the authority be liable for any costs incurred by candidates

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 PCR2015 as amended.

Belfast

UK

VI.4.2) Body responsible for mediation procedures

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 PCR2015 as amended.

Belfast

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

08/12/2023

Coding

Commodity categories

ID Title Parent category
72316000 Data analysis services Data-processing services
48600000 Database and operating software package Software package and information systems
48610000 Database systems Database and operating software package
48220000 Internet and intranet software package Networking, Internet and intranet software package
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72260000 Software-related 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.