Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Tourism Northern Ireland
Floors 10-12, Linum Chambers, Bedford Square, Bedford Street
BELFAST
BT2 7ES
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 3924628 DFE - Tourism NI - Managed Business Support Services
Reference number: ID 3924628
II.1.2) Main CPV code
79411000
II.1.3) Type of contract
Services
II.1.4) Short description
Tourism Northern Ireland (TNI) wishes to appoint a Contractor to provide a Managed Business Support Service to the Tourism Industry. It is anticipated that this Contract will commence in May 2022 for a duration of one year with the option to extend for two further periods of 12 months each.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
7 500 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
79411100
73220000
80500000
80000000
80510000
80521000
80530000
79410000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Tourism Northern Ireland (TNI) wishes to appoint a Contractor to provide a Managed Business Support Service to the Tourism Industry. It is anticipated that this Contract will commence in May 2022 for a duration of one year with the option to extend for two further periods of 12 months each.
II.2.5) Award criteria
Quality criterion: AC1 Project Delivery Team Experience
/ Weighting: 17.5
Quality criterion: AC2 Proposed Methodology for Resourcing Industy Support Advisers
/ Weighting: 17.5
Quality criterion: AC3 Contract Management
/ Weighting: 10.5
Quality criterion: AC4 Evaluation of Support
/ Weighting: 10.5
Quality criterion: AC5 Contingency Arrangements
/ Weighting: 10.5
Quality criterion: AC6 Social Considerations
/ Weighting: 3.5
Cost criterion: AC7 Total Daily Rate
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
The Contract will commence upon the date of Contract award for an initial period of 3 years with the option to extend for two further periods of 2 years 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:
2022/S 000-008346
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
22/07/2022
V.2.2) Information about tenders
Number of tenders received: 2
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: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
WHOLESCHOOL SOFTWARE LIMITED
Pearl Assurance House 2 Donegall Square East
BELFAST
BT1 5HB
UK
Telephone: +44 2890610220
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
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:
: 7 500 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The successful Contractor’s performance on this Framework 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 grounds for termination of the contract at the Contractor's expense. In lieu of termination they may be issued with a Notice of. Written Warning or a Notice of Unsatisfactory Performance. 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 multiple Notice of Written Warning or Notice of Unsatisfactory. Performance will be required to declare this in future tender submissions for a period of three 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. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations
Belfast
UK
VI.5) Date of dispatch of this notice
26/07/2022