Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
InterTradeIreland
Kilmorey Street
Newry
BT34 2DE
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.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 5315228 - DfE - InterTradeIreland - Website Development Support and Maintenance
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
InterTradeIreland is the All-Island Economic Development Agency. As one of the cross-border bodies established under the Belfast Good Friday Agreement, InterTradeIreland is funded by the Department of Enterprise, Trade and Employment in Ireland and the Department for the Economy (DfE) in Northern Ireland. The InterTradeIreland website serves as a crucial tool for communicating the organisation's mission, services, and offerings to cross-border companies, key stakeholders, and the wider public. It holds substantial significance as the primary interface representing the organisation to the public. Currently, the website garners an average of over 10,000 sessions per month. InterTradeIreland seeks an experienced web provider capable of managing, hosting, and providing support, maintenance, and future development services for its current website, which is required to operate on the Craft content management system (CMS) to deliver the functionality as detailed in this specification. The initial contract period is for 3 years with 2 further optional extension period of up to 1 year each. Please refer to the document entitled “ID 5315228 – Mid-Tier Schedule 2 (Specification)” for full details of the requirement.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
197 680.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
72400000
72500000
48000000
48300000
48600000
48800000
48780000
72212780
72212783
48612000
72212600
72212610
72212224
72212213
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
InterTradeIreland is the All-Island Economic Development Agency. As one of the cross-border bodies established under the Belfast Good Friday Agreement, InterTradeIreland is funded by the Department of Enterprise, Trade and Employment in Ireland and the Department for the Economy (DfE) in Northern Ireland. The InterTradeIreland website serves as a crucial tool for communicating the organisation's mission, services, and offerings to cross-border companies, key stakeholders, and the wider public. It holds substantial significance as the primary interface representing the organisation to the public. Currently, the website garners an average of over 10,000 sessions per month. InterTradeIreland seeks an experienced web provider capable of managing, hosting, and providing support, maintenance, and future development services for its current website, which is required to operate on the Craft content management system (CMS) to deliver the functionality as detailed in this specification. The initial contract period is for 3 years with 2 further optional extension period of up to 1 year each. Please refer to the document entitled “ID 5315228 – Mid-Tier Schedule 2 (Specification)” for full details of the requirement.
II.2.5) Award criteria
Quality criterion: AC1 - Delivery of Service
/ Weighting: 21.7
Quality criterion: AC2 - Web Form Development and Integration
/ Weighting: 16.1
Quality criterion: AC3 - Proposed Team
/ Weighting: 11.2
Quality criterion: AC4 - Contract Management
/ Weighting: 5.6
Quality criterion: AC5 - Business Continuity
/ Weighting: 4.9
Quality criterion: AC6 - Social Value
/ Weighting: 10.5
Cost criterion: Total Contract Price/Cost
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
This Contract is for an initial period of 3 years with 2 further optional extension periods of up to 1 year 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-034263
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
24/12/2024
V.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
GREEN17 CREATIVE LTD
UNIT A4 CARROWREAGH ROAD
BELFAST
BT16 1QT
UK
E-mail: studio@green17creative.com
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:
: 197 680.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Contract monitoring: the successful contractor’s performance on the contract will be 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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of. up to three years..
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.
VI.5) Date of dispatch of this notice
10/01/2025