Delivery of Go-2-Tender Programme
Design, Delivery and Management of Phase 7 of the Go-2-Tender Programme.
United Kingdom-Newry: Business and management consultancy services
2016/S 059-099758
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
InterTradeIreland
The Old Gasworks Business Park, Kilmorey Street
Contact point(s): kellie.batey@dfpni.gov.uk
BT34 2DE Newry
UNITED KINGDOM
Internet address(es):
Address of the buyer profile: https://etendersni.gov.uk/epps
Electronic access to information: https://etendersni.gov.uk/epps
Electronic submission of tenders and requests to participate: https://etendersni.gov.uk/epps
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 11: Management consulting services [6] and related services
NUTS code UKN0
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79410000, 79413000, 79416000, 79900000, 79950000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Introduction to Tendering Seminars — Delivery of 36 half-day seminars (12 per year over a 3 year period), InterTradeIreland, in conjunction with other agencies, will be responsible for attracting 432 businesses (minimum of 12 businesses per workshop).
Go-2-Tender Workshops — Delivery of 45 two-day Workshops (15 per year over a 3 year period), recruiting a minimum of 675 businesses (minimum of 15 businesses per workshop). It is envisaged that a minimum of 3 workshops per annum will focus on pipeline tender opportunities.
Standard ½ day Mentoring (Level 1) — For the purpose of costing the tender response should assume delivery of 304 days [608 ½ day sessions (approx 203 per year over a 3 year period)].
Additional Mentoring (Level 2) — For the purpose of costing the tender response should assume delivery of 540 days of mentoring (approx 180 days per year over a 3 year period)
Advanced Mentoring (Level 3) — Delivery of a maximum of 300 days — for 60 companies, including 15 Consortia / Joint Ventures (JV).(For the purpose of costing assume 100 days for 20 companies per year over a three year period)
Category Specific Briefings — 6 Briefings (2 per year) attracting 300 businesses. To inform SMEs of market specific information and support them in refining targeted tendering plans for the sector / category.
Workshops — Trends and Emerging Issues — 9 half day workshops (3 per annum) on trends and emerging issues that will impact SMEs in the public procurement environment.
Case Studies — Identify a minimum of 20 suitable case studies (over a 3 year period) 5 of which must focus on consortia/JV development.
InterTradeIreland will develop and produce the case studies.
All Island Coverage
To achieve a ratio of 35:65 rate between Northern Ireland and Ireland SMEs.
Non-Monetary Benefits
— Improve skills and confidence in public sector tendering,
— Investment in human capital,
— Increase confidence and likelihood to engage in public sector tendering,
— Increase knowledge and diffusion transfer,
— Encourage cross-border collaboration, and
— Instil an innovation culture in participating organizations.
InterTradeIreland reserves the right to revise the above targets with due notice to the Contractor.
InterTradeIreland reserves the right to cancel or re-schedule Workshops, Briefings or Seminars where there is insufficient demand.
The contract for the delivery of Go-2-Tender Phase 7 will be for an initial two year period commencing early May 2016 with an option for a third year (subject to annual review).
Estimated value excluding VAT: 832 695 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As per tender documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per tender documents.
III.2.3)Technical capacity
As per tender documents.
Minimum level(s) of standards possibly required:
As per tender documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 25.4.2016
Place:
Clare House, 303 Airport Road West, Belfast, BT3 9ED.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Nly CPD Procurement Staff with access to the project on e-TendersNI.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
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.
The Authority expressly reserves the rights:
(I). Not to award any contract as a result of the procurement process commenced by publication of this notice;
(II). To make whatever changes it may see fit to the content and structure of the tendering Competition;
(III). To award (a) contract(s) in respect of any part(s) of the services covered by this notice; and;
(IV). To award contract(s) in stages.
And in no circumstances will the Authority be liable for any costs incurred by candidates.
The contract is being let by Central Procurement Directorate on behalf of InterTradeIreland only and will be used by InterTradeIreland only.
Electronic invoicing and payment will be used.
VI.4.1)Body responsible for appeal procedures
See Section VI.4.2
Body responsible for mediation procedures
See Section VI.4.2
VI.4.2)Lodging of appeals
The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must generally be brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into the court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Central Procurement Directorate
Clare House, 303 Airport Road West
BT3 9ED Belfast
UNITED KINGDOM
VI.5)Date of dispatch of this notice: