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

DfE InterTradeIreland — INNOVA Phase 3 Specialist Networking and Coordination Management Function

  • First published: 30 July 2019
  • Last modified: 30 July 2019

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:
Published by:
InterTradeIreland
Authority ID:
AA24410
Publication date:
30 July 2019
Deadline date:
04 September 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

InterTradeIreland is seeking to appoint a contractor to undertake the specialist networking and coordination management function. In order to achieve the aims and objectives of InterTradeIreland and specifically phase III of the INNOVA programme, the contractor will perform a networking and coordination function/role to lead and support the creation of INNOVA partnerships and the subsequent development and delivery of INNOVA project proposals/applications. It is anticipated that this contract will commence in October 2019 for a duration of 5 years.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

InterTradeIreland

The Old Gasworks Business Park

Newry

BT34 2DE

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge 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

DfE InterTradeIreland — INNOVA Phase 3 Specialist Networking and Coordination Management Function

Reference number: ID 2178726

II.1.2) Main CPV code

79411000

 

II.1.3) Type of contract

Services

II.1.4) Short description

InterTradeIreland is seeking to appoint a contractor to undertake the specialist networking and coordination management function. In order to achieve the aims and objectives of InterTradeIreland and specifically phase III of the INNOVA programme, the contractor will perform a networking and coordination function/role to lead and support the creation of INNOVA partnerships and the subsequent development and delivery of INNOVA project proposals/applications. It is anticipated that this contract will commence in October 2019 for a duration of 5 years.

II.1.5) Estimated total value

Value excluding VAT: 431 250.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79420000

79400000

79410000

79000000

79900000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

InterTradeIreland is seeking to appoint a contractor to undertake the specialist networking and coordination management function. In order to achieve the aims and objectives of InterTradeIreland and specifically phase III of the INNOVA programme, the contractor will perform a networking and coordination function/role to lead and support the creation of INNOVA partnerships and the subsequent development and delivery of INNOVA project proposals/applications. It is anticipated that this contract will commence in October 2019 for a duration of 5 years.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 431 250.00  GBP

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

Duration in months: 60

This contract is subject to renewal: No

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: No

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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: 04/09/2019

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: 03/12/2019

IV.2.7) Conditions for opening of tenders

Date: 04/09/2019

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

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 competitions

As above

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.

VI.5) Date of dispatch of this notice

25/07/2019

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
79411000 General management consultancy services Business and management consultancy services
79420000 Management-related services Business and management consultancy and related services
79900000 Miscellaneous business and business-related services Business services: law, marketing, consulting, recruitment, printing and security

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.