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 5166959 DfE - Invest NI - Provision of Advice and Guidance on NI's Dual Market Access Framework

  • First published: 15 March 2024
  • Last modified: 15 March 2024
  • 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-042b18
Published by:
Invest Northern Ireland
Authority ID:
AA20566
Publication date:
15 March 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

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

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
79311400 Economic research services Survey services
79411000 General management consultancy services Business and management consultancy services
79300000 Market and economic research; polling and statistics 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:
StrategicDelivery.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.