Contract

DfE IntertradeIreland - Phase 9 - InterTradeIreland Go-2-Tender Programme

  • InterTradeIreland

F03: Contract award notice

Notice identifier: 2025/S 000-003673

Procurement identifier (OCID): ocds-h6vhtk-04b6c3

Published 4 February 2025, 2:53pm



Section one: Contracting authority

one.1) Name and addresses

InterTradeIreland

Old Gasworks Business Park, Kilmorey Street

Newry

BT342DE

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDadmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://intertradeireland.com/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

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

DfE IntertradeIreland - Phase 9 - InterTradeIreland Go-2-Tender Programme

Reference number

ID 5511485

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

InterTradeIreland wishes to procure the services of a Contractor to design, deliver and manage Phase 9 of the Go-2-Tender Training Programme.

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: £267,801

two.2) Description

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79420000 - Management-related services
  • 79411000 - General management consultancy services
  • 79900000 - Miscellaneous business and business-related services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

ukn

two.2.4) Description of the procurement

InterTradeIreland wishes to procure the services of a Contractor to design, deliver and manage Phase 9 of the Go-2-Tender Training Programme.

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 60

Cost criterion - Name: Quantitative Criteria / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

This contract is for 3 years with an option for a further 12 months extension

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

This contract is for 3 years with an option for a further 12 months extension


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: 2024/S 000-036990


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

3 February 2025

five.2.2) Information about tenders

Number of tenders received: 1

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: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

CORE CONSULTING BUSINESS GROWTH ADVISORS LTD

39a Main Street

Bangor

BT20 5AF

Email

dave@consultcore.co.uk

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: £267,801

Total value of the contract/lot: £267,801


Section six. Complementary information

six.3) Additional information

Contract Monitoring. The successful Supplier’s performance on the contract will be regularly monitored in line with the tender. documentation. Supplier's not delivering on contract requirements is a serious matter. It means the public purse is not getting what it. is paying for. If a Supplier ails 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. the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Supplier 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 three years from the date of issue.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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 as amended.

uk

Country

United Kingdom