To Procure Consultants to Complete Business Status Reviews
The programme aims to increase the proportion of SMEs engaged in cross-border research and innovation in the Interreg eligible region of Northern Ireland.
United Kingdom-Newry: Business and management consultancy and related services
2017/S 092-181785
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Old Gaswords Business Park, Kilmorey Street
Newry
BT34 2DE
United Kingdom
E-mail: patrice.mcpolin@finance-ni.gov.uk
NUTS code: UK
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DfE Intertrade Ireland Co-Innovate To Procure Consultants to complete Business Status Reviews.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Co-Innovate programme is a cross border research and innovation R and I initiative funded under the European INTERREG VA Programme. The programme aims to increase the proportion of SMEs engaged in cross-border research and innovation in the Interreg eligible region of Northern Ireland, Border Region of Ireland and Western Scotland. InterTrade Ireland wishes to develop a framework that will be separated into 6 lots one for each of the business sectors. Lot 1-Renewable Energy Lot 2-Life and Health Sciences Lot 3-Food, beverage and agri-tech Lot 4-ICT Lot 5-Manufacturing Lot 6-Tradable Services This competition is to deliver an element of Strand 2 of the Co-Innovate Programme Business Status Review. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1 — Renewable Energy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Co-Innovate programme is a cross border research and innovation R and I initiative funded under the European INTERREG VA Programme. The programme aims to increase the proportion of SMEs engaged in cross-border research and innovation in the Interreg eligible region of Northern Ireland, Border Region of Ireland and Western Scotland. InterTrade Ireland wishes to develop a framework that will be separated into 6 lots one for each of the business sectors. Lot 1-Renewable Energy Lot 2-Life and Health Sciences Lot 3-Food, beverage and agri-tech Lot 4-ICT Lot 5-Manufacturing Lot 6-Tradable Services This competition is to deliver an element of Strand 2 of the Co-Innovate Programme Business Status Review. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.
II.2.1)Title:
Lot 2 — Life and Health Sciences
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Co-Innovate programme is a cross border research and innovation R and I initiative funded under the European INTERREG VA Programme. The programme aims to increase the proportion of SMEs engaged in cross-border research and innovation in the Interreg eligible region of Northern Ireland, Border Region of Ireland and Western Scotland. InterTrade Ireland wishes to develop a framework that will be separated into 6 lots one for each of the business sectors. Lot 1-Renewable Energy Lot 2-Life and Health Sciences Lot 3-Food, beverage and agri-tech Lot 4-ICT Lot 5-Manufacturing Lot 6-Tradable Services This competition is to deliver an element of Strand 2 of the Co-Innovate Programme Business Status Review. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework agreement will be for a duration of 3 years with the option to extend for a further 12 month period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.
II.2.1)Title:
Lot 3 — Food, Beverage and Agri-Tech
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Co-Innovate programme is a cross border research and innovation R and I initiative funded under the European INTERREG VA Programme. The programme aims to increase the proportion of SMEs engaged in cross-border research and innovation in the Interreg eligible region of Northern Ireland, Border Region of Ireland and Western Scotland. InterTrade Ireland wishes to develop a framework that will be separated into 6 lots one for each of the business sectors. Lot 1-Renewable Energy Lot 2-Life and Health Sciences Lot 3-Food, beverage and agri-tech Lot 4-ICT Lot 5-Manufacturing Lot 6-Tradable Services This competition is to deliver an element of Strand 2 of the Co-Innovate Programme Business Status Review. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework agreement will be for a duration of 3 years with the option to extend for a further 12 month period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the six lots.
II.2.1)Title:
Lot 4 — ICT
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Co-Innovate programme is a cross border research and innovation R and I initiative funded under the European INTERREG VA Programme. The programme aims to increase the proportion of SMEs engaged in cross-border research and innovation in the Interreg eligible region of Northern Ireland, Border Region of Ireland and Western Scotland. InterTrade Ireland wishes to develop a framework that will be separated into 6 lots one for each of the business sectors. Lot 1-Renewable Energy Lot 2-Life and Health Sciences Lot 3-Food, beverage and agri-tech Lot 4-ICT Lot 5-Manufacturing Lot 6-Tradable Services This competition is to deliver an element of Strand 2 of the Co-Innovate Programme Business Status Review. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the six lots.
II.2.1)Title:
Lot 5 — Manufacturing (other than in sectors 1-4 above)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Co-Innovate programme is a cross border research and innovation R and I initiative funded under the European INTERREG VA Programme. The programme aims to increase the proportion of SMEs engaged in cross-border research and innovation in the Interreg eligible region of Northern Ireland, Border Region of Ireland and Western Scotland. InterTrade Ireland wishes to develop a framework that will be separated into 6 lots one for each of the business sectors. Lot 1-Renewable Energy Lot 2-Life and Health Sciences Lot 3-Food, beverage and agri-tech Lot 4-ICT Lot 5-Manufacturing Lot 6-Tradable Services This competition is to deliver an element of Strand 2 of the Co-Innovate Programme Business Status Review. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the six lots.
II.2.1)Title:
Lot 6 — Tradable Services (other than in sectors 1-4 above)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Co-Innovate programme is a cross border research and innovation R and I initiative funded under the European INTERREG VA Programme. The programme aims to increase the proportion of SMEs engaged in cross-border research and innovation in the Interreg eligible region of Northern Ireland, Border Region of Ireland and Western Scotland. InterTrade Ireland wishes to develop a framework that will be separated into 6 lots one for each of the business sectors. Lot 1-Renewable Energy Lot 2-Life and Health Sciences Lot 3-Food, beverage and agri-tech Lot 4-ICT Lot 5-Manufacturing Lot 6-Tradable Services This competition is to deliver an element of Strand 2 of the Co-Innovate Programme Business Status Review. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the six lots.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Contract Monitoring. The successful contractor’s performance on the contract will be 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 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.4.1)Review body
NA
United Kingdom
VI.4.2)Body responsible for mediation procedures
NA
United Kingdom
VI.4.3)Review procedure
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. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:
Related Posts
Business Analysis Support Contract
Leadership Development and Apprenticeship Training Services Merseyside
Change Management Consultancy Contract
Organisational Development Tender London
Business Modelling Consultants Required