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 — InterTrade Ireland — Go-2-Tender Phase 8
Reference number: ID 2915937
II.1.2) Main CPV code
79420000
II.1.3) Type of contract
Services
II.1.4) Short description
InterTradeIreland requires a contractor to design, deliver and manage phase 8 of the Go-2-Tender Programme. The contract for the delivery of Go-2-Tender phase 8 will be for a period of 3 years.
II.1.5) Estimated total value
Value excluding VAT:
800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79400000
79900000
79410000
79411000
79000000
II.2.3) Place of performance
NUTS code:
UKN
IE0
II.2.4) Description of the procurement
InterTradeIreland requires a contractor to design, deliver and manage phase 8 of the Go-2-Tender Programme. The contract for the delivery of Go-2-Tender phase 8 will be for a period of 3 years.
II.2.5) Award criteria
Criteria below:
Quality criterion: AC1 Key personnel experience
/ Weighting: 20
Quality criterion: AC2 Programme director experience
/ Weighting: 16
Quality criterion: AC3 Workshop design for online and onsite
/ Weighting: 16
Quality criterion: AC4 Mentoring support for online and onsite
/ Weighting: 12
Quality criterion: AC5 Project plan
/ Weighting: 8
Quality criterion: AC6 Systems and business continuity
/ Weighting: 8
Cost criterion: AC7 Total onsite delivery costs
/ Weighting: 10
Cost criterion: AC8 Total online delivery costs
/ Weighting: 10
II.2.6) Estimated value
Value excluding VAT:
800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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:
22/07/2020
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:
20/10/2020
IV.2.7) Conditions for opening of tenders
Date:
22/07/2020
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. 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.
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
17/06/2020