Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Invest Northern Ireland
Bedford Square, Bedford Street
BELFAST
BT2 7ES
UK
E-mail: StrategicDelivery.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 5166959 DfE - Invest NI - Provision of Advice and Guidance on NI's Dual Market Access Framework
Reference number: 5166959
II.1.2) Main CPV code
79300000
II.1.3) Type of contract
Services
II.1.4) Short description
The Client wishes to appoint a framework of Contractors to Provide advice, analysis and guidance to Invest NI (including its overseas offices), potential foreign direct investors, and DfE on the benefits (or otherwise) of Northern Ireland’s Dual Market Access proposition brought about through the Northern Ireland Protocol and Windsor Framework. There are two separate Lots with a maximum of 3 Contractors to be appointed per Lot: 1. Advice, Analysis and Guidance on the Movement of Goods To and From Northern Ireland 2. Advice and Guidance on the Movement of People It is intended that the contracts will commence upon contract award (expected to be March 2024).
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
200 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 Advice, Analysis and Guidance on the Movement of Goods To and From NI
II.2.2) Additional CPV code(s)
79311400
79400000
79410000
79411000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Client wishes to appoint a framework of Contractors to Provide advice, analysis and guidance to Invest NI (including its overseas offices), potential foreign direct investors, and DfE on the benefits (or otherwise) of Northern Ireland’s Dual Market Access proposition brought about through the Northern Ireland Protocol and Windsor Framework. There are two separate Lots with a maximum of 3 Contractors to be appointed per Lot: 1. Advice, Analysis and Guidance on the Movement of Goods To and From Northern Ireland 2. Advice and Guidance on the Movement of People It is intended that the contracts will commence upon contract award (expected to be March 2024).
II.2.5) Award criteria
Quality criterion: AC1 Team Experience- Customs
/ Weighting: 13.8
Quality criterion: AC2 Team Experience- Taxation
/ Weighting: 13.8
Quality criterion: AC3 Team Experience- Standards Regulatory Requirements
/ Weighting: 13.8
Quality criterion: AC4 Contract Management
/ Weighting: 8.4
Quality criterion: AC5 Social Value
/ Weighting: 10.2
Cost criterion: AC6 Daily Rate
/ Weighting: 40
II.2.11) Information about options
Options:
Yes
Description of options:
There is one option to extend for any period up to, and including, twelve months
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 Advice and Guidance on the Movement of People
II.2.2) Additional CPV code(s)
79311400
79400000
79410000
79411000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Client wishes to appoint a framework of Contractors to Provide advice, analysis and guidance to Invest NI (including its overseas offices), potential foreign direct investors, and DfE on the benefits (or otherwise) of Northern Ireland’s Dual Market Access proposition brought about through the Northern Ireland Protocol and Windsor Framework. There are two separate Lots with a maximum of 3 Contractors to be appointed per Lot: 1. Advice, Analysis and Guidance on the Movement of Goods To and From Northern Ireland 2. Advice and Guidance on the Movement of People It is intended that the contracts will commence upon contract award (expected to be March 2024).
II.2.5) Award criteria
Quality criterion: AC1 Team Experience
/ Weighting: 42
Quality criterion: AC2 Contract Management
/ Weighting: 7.8
Quality criterion: AC3 Social Value
/ Weighting: 10.2
Cost criterion: AC4 Daily Rate
/ Weighting: 40
II.2.11) Information about options
Options:
Yes
Description of options:
There is one option to extend for any period up to, and including, twelve months.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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 000-000386
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: Lot 1 Advice, Analysis and Guidance on the Movement of Goods To and From NI
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/03/2024
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
PINNACLE GROWTH GROUP LIMITED
42 Bachelors Walk
Lisburn
BT28 1XN
UK
Telephone: +44 7849493735
E-mail: robert.mcconnell@pinnaclegrowth.com
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
KPMG
The Soloist Building, 1 Lanyon Place
Belfast
BT1 3LP
UK
Telephone: +44 2890243377
E-mail: ie-fm-belfasttenders@kpmg.ie
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
No
V.2.3) Name and address of the contractor
INSTITUTE OF EXPORT AND INTERNATIONAL TRADE THE
Export House Minerva Business Park
PETERBOROUGH
PE2 6FT
UK
Telephone: +44 1733404400
E-mail: sam.pileggi@export.org.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:
: 150 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 2
Title: Lot 2 Advice and Guidance on the Movement of People
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/03/2024
V.2.2) Information about tenders
Number of tenders received: 6
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: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
CLEAVER FULTON RANKIN LTD
50 Bedford St
BELFAST
BT2 7FW
UK
Telephone: +44 2890243141
E-mail: j.robinson@cfrlaw.co.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:
: 50 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The successful Contractor’s performance 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 Notices of Written Warning or Notices 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.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures.
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015 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
14/03/2024