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 Award Notice

ID 5315228 - DfE - InterTradeIreland - Website Development Support and Maintenance

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • Record interest

     

  • 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)

Contents

Summary

OCID:
ocds-h6vhtk-04b065
Published by:
InterTradeIreland
Authority ID:
AA24410
Publication date:
26 February 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72500000 Computer-related services IT services: consulting, software development, Internet and support
72212783 Content management software development services Programming services of application software
72212600 Database and operating software development services Programming services of application software
48600000 Database and operating software package Software package and information systems
72212610 Database software development services Programming services of application software
48612000 Database-management system Database systems
48300000 Document creation, drawing, imaging, scheduling and productivity software package Software package and information systems
48800000 Information systems and servers Software package and information systems
72400000 Internet services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72212213 Operating system enhancement software development services Programming services of application software
48000000 Software package and information systems Computer and Related Services
72212780 System, storage and content management software development services Programming services of application software
48780000 System, storage and content management software package Software package utilities
72212224 Web page editing software development services Programming services of application software

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.