Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
InterTradeIreland
Old Gasworks Business Park, Kilmorey St
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.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 3260557 DFE- InterTradeIreland Cross-Border Supply Chain Assessment Tool and Development and Practical Support
Reference number: ID 3260557
II.1.2) Main CPV code
79000000
II.1.3) Type of contract
Services
II.1.4) Short description
In support of a broader supply chain programme development, InterTradeIreland requires a Contractor to develop and pilot a supply chain assessment and development tool, which aims to assess the resilience of individual SME supply chains. The contractor will be required to recruit SMEs to the pilot, develop and deliver the assessment and development tool with the SMEs and develop bespoke action plans for each participant SME.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
189 450.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
79400000
79410000
79411000
79411100
79900000
72220000
72221000
II.2.3) Place of performance
NUTS code:
UKN
IE
II.2.4) Description of the procurement
In support of a broader supply chain programme development, InterTradeIreland requires a Contractor to develop and pilot a supply chain assessment and development tool, which aims to assess the resilience of individual SME supply chains. The contractor will be required to recruit SMEs to the pilot, develop and deliver the assessment and development tool with the SMEs and develop bespoke action plans for each participant SME.
II.2.5) Award criteria
Quality criterion: AC1 Programme Delivery: Development of Supply Chain Assessment Tool
/ Weighting: 22.4
Quality criterion: AC2 Programme Delivery: Recruitment Action Plan Delivery
/ Weighting: 22.4
Quality criterion: AC3 Key Delivery Personnel Experience
/ Weighting: 12.6
Quality criterion: AC4 Programme Director Experience
/ Weighting: 4.2
Quality criterion: AC5 Implementation Plan
/ Weighting: 4.2
Quality criterion: AC6 Contract Management; Programme Reporting, Monitoring Evaluation
/ Weighting: 4.2
Cost criterion: AC7 Total Contract Price
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
The initial period of Contract will be for a period of up to 15 months. Funding has only been approved for the initial period. In the event that additional funding is secured the contract may be extended for a further period of up to 6 months and the daily rates from the initial period will be applied to any additional work required.
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:
2021/S 000-015749
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
13/10/2021
V.2.2) Information about tenders
Number of tenders received: 4
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: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
WINNING MOVES LTD
Ground Floor, Baskerville House
Birmingham
B1 2ND
UK
Telephone: +44 1212853800
E-mail: hello@winningmoves.com
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:
: 189 450.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will 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 for a period of twelve months from the date of issue of the certificate.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015 (as amended) 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
13/10/2021