Section one: Contracting authority
one.1) Name and addresses
Invest NI
Bedford Square, 1 Bedford Street
BELFAST
BT2 7ES
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 - Invest NI - Design, Management and Delivery of the Accelerator Programme
Reference number
4908603
two.1.2) Main CPV code
- 73200000 - Research and development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Invest NI wishes to appoint a Contractor to design, develop, manage and deliver an Accelerator programme to support high growth Innovation Driven Enterprises (IDEs) to establish in Northern Ireland. This programme will represent a key component of the start-up ecosystem for IDEs in Northern Ireland.
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: £2,340,000
two.2) Description
two.2.2) Additional CPV code(s)
- 73220000 - Development consultancy services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Invest NI wishes to appoint a Contractor to design, develop, manage and deliver an Accelerator programme to support high growth Innovation Driven Enterprises (IDEs) to establish in Northern Ireland. This programme will represent a key component of the start-up ecosystem for IDEs in Northern Ireland.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The initial contract period is for 2 years with the option to extend for a further 3 periods of up to 12 months each.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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: 2023/S 000-034534
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
30 January 2024
five.2.2) Information about tenders
Number of tenders received: 2
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: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
IAN BROWNE
5 Quinville
HOLYWOOD
BT18 9DH
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: £2,540,000
Total value of the contract/lot: £2,340,000
Section six. Complementary information
six.3) Additional information
The successful Contractor’s performance will be managed as per the specification. and 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 grounds for termination of the contract at the Contractor's expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of Unsatisfactory Performance. 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 multiple Notices of Written Warning or Notices 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.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures.
Belfast
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.