Scope
Reference
ID 6236249
Description
InterTradeIreland is the Trade and Business Development Implementation Body, one of six cross-border bodies established under the 1998 Belfast Agreement. InterTradeIreland, under the Shared Island Enterprise Scheme, aim to appoint up to four Suppliers to design, manage and deliver the Women in Research Programme. This is an all-island initiative designed to support women researchers in commercialising their research and progressing towards investment and business creation. Delivered by the Buyer under the Shared Island Enterprise Scheme, the programme aims to bridge the gender gap in research commercialisation by providing structured support, entrepreneurial training and access to market validation opportunities. The programme will run from the date of award (anticipated to be March 2026) and must be completed by 31 December 2028.
Total value (estimated)
- £935,000 excluding VAT
- £1,122,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 2 March 2026 to 31 December 2028
- 2 years, 9 months, 30 days
Main procurement category
Services
CPV classifications
- 73000000 - Research and development services and related consultancy services
- 73200000 - Research and development consultancy services
- 73300000 - Design and execution of research and development
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79900000 - Miscellaneous business and business-related services
- 80000000 - Education and training services
- 80500000 - Training services
Participation
Technical ability conditions of participation
As per Tender documentation
Submission
Enquiry deadline
30 January 2026, 3:00pm
Tender submission deadline
9 February 2026, 3:00pm
Submission address and any special instructions
Tenders must be submitted electronically via the relevant Call for Tender (CfT)
opportunity on eTendersNI, website details immediately below. Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer.
The tender documents are available with unrestricted and full direct access, free of
charge, at: URL https://etendersni.gov.uk/epps
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
2 March 2026
Award criteria
| Name | Description | Type |
|---|---|---|
| AC1 Proposed Methodology | This is a scored criterion with a 25% weighting, as detailed in the tender documents. |
Quality |
| AC2 Key Personnel Experience | This is a scored criterion with a 19% weighting, as detailed in the tender documents. |
Quality |
| AC3 Contract Management and Contingency | This is a scored criterion with a 12% weighting, as detailed in the tender documents. |
Quality |
| AC4 Recruitment Activities | This is a scored criterion with a 12% weighting, as detailed in the tender documents. |
Quality |
| AC5 Outreach and Regional Balance | This is a scored criterion with a 19% weighting, as detailed in the tender documents. |
Quality |
| AC6 Social Value | This is a scored criterion with a 13% weighting, as detailed in the tender documents. |
Quality |
Weighting description
80 percent quality and 20 percent cost.
Other information
Payment terms
The estimated value figure indicated in the Scope Section represents an overall estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and a Supplier shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
Preliminary Market Engagement was undertaken by InterTradeIreland.
Contracting authority
InterTradeIreland
- Public Procurement Organisation Number: PZBY-5224-MBBM
Old Gasworks Business Park, Kilmorey Street
Newry
BT34 2DE
United Kingdom
Region: UKN08 - Newry, Mourne and Down
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
CPD - Supplies and Service Division
Summary of their role in this procurement: Construction and Procurement Delivery - Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland.
- Public Procurement Organisation Number: PVWG-8426-YWXV
Clare House, 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Region: UKN06 - Belfast