Awarded contract

ID 3093404 Invest NI - Causeway Coast and Glens Borough Council - LED Programme – Alchemy 3

  • Causeway Coast and Glens Borough Council

F03: Contract award notice

Notice reference: 2021/S 000-001659

Published 27 January 2021, 3:32pm



Section one: Contracting authority

one.1) Name and addresses

Causeway Coast and Glens Borough Council

Cloonavin 66 Portstewart Road

Coleraine

BT52 1EY

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 3093404 Invest NI - Causeway Coast and Glens Borough Council - LED Programme – Alchemy 3

Reference number

ID 3093404

two.1.2) Main CPV code

  • 79410000 - Business and management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is seeking to appoint a Contractor to deliver two aspects of the Alchemy Programme; 1. One-to-one mentoring 2. Skills Development Workshops The key aim of Alchemy is to help businesses access the support they need through provision of high quality information with a sound diagnosis of their business issues and the development of an appropriate Action Plan. The brokerage to third party mentors is the recognised best practice for Council to provide the business client with the right solution.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £205,600

two.2) Description

two.2.2) Additional CPV code(s)

  • 79411100 - Business development consultancy services
  • 80000000 - Education and training services
  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80521000 - Training programme services
  • 80530000 - Vocational training services

two.2.3) Place of performance

NUTS codes
  • UKN - NORTHERN IRELAND

two.2.4) Description of the procurement

The Council is seeking to appoint a Contractor to deliver two aspects of the Alchemy Programme; 1. One-to-one mentoring 2. Skills Development Workshops The key aim of Alchemy is to help businesses access the support they need through provision of high quality information with a sound diagnosis of their business issues and the development of an appropriate Action Plan. The brokerage to third party mentors is the recognised best practice for Council to provide the business client with the right solution.

two.2.5) Award criteria

Quality criterion - Name: AC1 Implementation / Weighting: 15

Quality criterion - Name: AC2 Resource Allocation / Weighting: 16

Quality criterion - Name: AC3 Contract and Account Management / Weighting: 14

Quality criterion - Name: AC4 Contract Manager Experience / Weighting: 20

Quality criterion - Name: AC5 Proposed Team Experience - Business Development / Weighting: 11

Quality criterion - Name: AC6 Proposed Team Experience – Sales, Marketing and ICT / Weighting: 10

Quality criterion - Name: AC7 Proposed Team Experience – Business Processes Efficiencies / Weighting: 4

Quality criterion - Name: AC8 Proposed Team Experience – Specialist Areas / Weighting: 5

Quality criterion - Name: AC9 Proposed Workshop Methodology / Weighting: 5

Cost criterion - Name: AC10 This is a fixed price Contract / Weighting: 0

two.2.11) Information about options

Options: Yes

Description of options

The Client may at any time before the completion of the Contract Period invite the Contractor to agree to extendfor any period up to and including 12 months commencing from the termination date of the original Contract Period

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

EU Investment for Growth and Jobs Programme 2014-2020 (EUIGJ)

two.2.14) Additional information

This is a fixed price contract. The funding model for this Contract is £205,600 ex VAT for the InitialContract Period. In order to meet contract delivery requirements, the daily rate is set at £400 excluding VAT.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 222-547436


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 January 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other 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

five.2.3) Name and address of the contractor

D Fitzpatrick Associates

64 Garland Hill

BELFAST

BT8 6YL

Email

deirdrefitzpatrick@btopenworld.com

Telephone

+44 2890799224

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £205,600

Total value of the contract/lot: £205,600


Section six. Complementary information

six.3) Additional information

Contract Monitoring. The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 - Contract Management - Procedures and Principles). 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 Notice of Unsatisfactory Performance and this Contract may be terminated. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website.. . Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also 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..

six.4) Procedures for review

six.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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

UK

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complied with the Public Contracts Regulations 2015 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.