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