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 3260557 DFE- InterTradeIreland Cross-Border Supply Chain Assessment Tool and Development and Practical Support

  • First published: 14 October 2021
  • Last modified: 14 October 2021

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:
Published by:
InterTradeIreland
Authority ID:
AA24410
Publication date:
14 October 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
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
79411100 Business development consultancy services General management consultancy services
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
79411000 General management consultancy services Business and management consultancy services
79900000 Miscellaneous business and business-related services Business services: law, marketing, consulting, recruitment, printing and security
72220000 Systems and technical consultancy services Software programming and consultancy services

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:
SSDAdmin.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.