Regional Delivery Partners Service Contracts – Department for International Trade
The appointment of regional delivery partners to provide Enhanced International Trade Advisory Services including local support across England aimed at helping UK businesses to internationalise through exporting.
United Kingdom-London: Business and management consultancy and related services
2020/S 014-028487
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Town: London
NUTS code: UK
Country: United Kingdom
E-mail: enhancedITAservice-marketengagement@trade.gov.uk
Address of the buyer profile: https://www.gov.uk/government/organisations/uk-trade-investment
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Enhanced International Trade Advisory — Regional Delivery Partner(s) Service Contract(s)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The appointment of regional delivery partners to provide Enhanced International Trade Advisory (EITA) Services including local support across England aimed at helping UK businesses to internationalise through exporting. The current International Trade Advisory (ITA) Service is delivered by 7 delivery partners over 9 English regions. The DIT is procuring 5 new contracts to provide an ‘Enhanced’ service that will ensure service continuity and make pragmatic improvements that will substantially improve the value delivered and respond to the ambition set out in the Government’s Export Strategy of 2018.
The 5 regions are: North of England, the Midlands, London, the South and East and the South and West. Each region will be procured as a separate lot.
Estimated total contract value range is 84 000 000 GBP to 127 000 000 GBP (excluding TUPE costs and inflation). The upper value includes the 12-month extension and deployment of optional services subject to funding and performance.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Super Regional Delivery Partner – Northern Powerhouse
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North of ENGLAND.
II.2.4)Description of the procurement:
The regional delivery partner for the Northern Powerhouse will be required to provide the EITA service on behalf of the DIT to high potential exporter businesses in the North of England (North East, North West,Yorkshire and the Humber).
Estimated total contract value range for lot 1 is 21 000 000 GBP to 33 000 000 GBP (excluding TUPE costs and inflation). The upper value includes the 12-month extension and deployment of optional services subject to funding.
Price is not the only award criterion. The contract will be awarded on the basis of the most economically advantageous tender, in accordance with the criteria stated in the procurement documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The option to extend for periods of up to a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
Criteria set out in procurement documents (SQ Instructions).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
European Regional Development Fund (ERDF) & European Structural and Investment Fund (ESIF)
II.2.1)Title:
Super Regional Delivery Partner – Midlands Engine
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Midlands, ENGLAND.
II.2.4)Description of the procurement:
The regional delivery partner for the Midlands Engine will be required to provide the EITA service on behalf of the DIT to high potential exporter businesses in the Midlands (East Midlands and West Midlands, excludes Northamptonshire).
Estimated total contract value range for lot 2 is 16 000 000 GBP to 24 000 000 GBP (excluding TUPE costs and inflation). The upper value includes the 12-month extension and deployment of optional services subject to funding.
Price is not the only award criterion. The contract will be awarded on the basis of the most economically advantageous tender, in accordance with the criteria stated in the procurement documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The option to extend for periods up to 12 further months.
II.2.9)Information about the limits on the number of candidates to be invited
Criteria stated in procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
European Regional Development Fund (ERDF) & European Structural and Investment Fund (ESIF)
II.2.1)Title:
Super Regional Delivery Partner – London
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London, ENGLAND.
II.2.4)Description of the procurement:
The regional delivery partner for London will be required to provide the EITA service on behalf of the DIT to high potential exporter businesses in London.
Estimated total contract value range for lot 3 is 15 000 000 GBP to 23 000 000 GBP (excluding TUPE costs and inflation). The upper value includes the 12-month extension and deployment of optional services subject to funding.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The option to extend for periods up to a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
Criteria stated in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
European Regional Development Fund (ERDF) & European Structural and Investment Fund (ESIF)
II.2.1)Title:
Super Regional Delivery Partner – South and East
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South and East of ENGLAND.
II.2.4)Description of the procurement:
The regional delivery partner for the South and East will be required to provide the EITA service on behalf of the DIT to high potential exporter businesses in the South and East (East of England and South East (England), noting that the regional boundary differs from the NUTS definition. The region specifically includes the following LEP regions (https://www.lepnetwork.net/about-leps/location-map/): Hertfordshire, Buckinghamshire Thames Valley, Greater Cambridgeshire and Greater Peterborough, New Anglia, Oxfordshire, South East and South East Midlands.
Estimated total contract value range for lot 4 is 15 000 000 GBP to 23 000 000 GBP (excluding TUPE costs and inflation). The upper value includes the 12-month extension and deployment of optional services subject to funding.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The option to extend for periods up to a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
Criteria set out in procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
European Regional Development Fund (ERDF) & European Structural and Investment Fund (ESIF)
II.2.1)Title:
Super Regional Delivery Partner – South and West
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South and South West of ENGLAND.
II.2.4)Description of the procurement:
The regional delivery partner for the South and West will be required to provide the EITA service on behalf of the DIT to high potential exporter businesses in the South and West (South West and part of the South East regions of England), noting that the regional boundary differs from the NUTS definition. The region specifically includes the following LEP regions (https://www.lepnetwork.net/about-leps/location-map/): Cornwall and the Isles of Scilly, Dorset, G first (Gloucestershire), Swindon and Wiltshire, Coast to Capital, Enterprise M3, Solent, West of England, Heart of the South West,Thames Valley Berkshire.
Estimated total contract value range for lot 5 is 16 000 000 GBP to 25 000 000 GBP (excluding TUPE costs and inflation). The upper value includes the 12-month extension and deployment of optional services subject to funding.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The option to extend for periods up to a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
Criteria set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
European Regional Development Fund (ERDF) & European Structural and Investment Fund (ESIF)
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As stated in the memorandum of information and/or the selection questionnaire instructions.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
The contract contains social value requirements and key performance indicators. Please see the procurement documents for further details.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
The service is likely to be re-procured following the initial term of 50 months or after the extended period of 62 months if taken up.
VI.2)Information about electronic workflows
VI.3)Additional information:
The authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the authority be liable for any costs incurred by the candidates.
Potential suppliers should note that applications for the EITA regional delivery partner(s)service contracts will not be accepted from potential suppliers tendering for the internationalisation fund administration services contract (in progress).
The authority is concerned to maintain independence between the provision of advice to a business, that grant funding may be an appropriate support mechanism for them to consider (through the EITA service) and the separate assessment and potential award of (IFA) grant funding.
VI.4.1)Review body
Postal address: Windsor House, 50 Victoria Street
Town: London
Postal code: SW1H 0LT
Country: United Kingdom
VI.5)Date of dispatch of this notice: