Tender

DFE - INTERTRADEIRELAND – ALL-ISLAND BUSINESS MONITOR

  • InterTradeIreland

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-007547

Procurement identifier (OCID): ocds-h6vhtk-0610cb

Published 28 January 2026, 12:08pm



Scope

Reference

ID: 6156467

Description

DFE - INTERTRADEIRELAND - ALL ISLAND BUSINESS MONITOR - InterTradeIreland requires a Supplier to undertake 16 quarterly surveys (over 3 years with an option to extend for a 4th year) with data collection and analysis for Q1 2026 to Q4 2029 on business confidence and various all-island business and economic themes. The Supplier must also provide up to 80 in-depth interviews a year and up to a maximum of 8 Pulse Surveys a year, the timing of which is flexible, through the timeframe of the project (for data collection periods Q1 2026 - Q4 2029). Suppliers should refer to full suite of tender documents for further details and full scope of requirements.

Total value (estimated)

  • £899,000 excluding VAT
  • £1,078,800 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2029
  • Possible extension to 31 March 2030
  • 4 years

Description of possible extension:

One option to extend the contract for up to 12 months

Main procurement category

Services

CPV classifications

  • 79310000 - Market research services
  • 79311000 - Survey services
  • 79342300 - Customer services
  • 79342310 - Customer survey services
  • 79311210 - Telephone survey services

Contract locations

  • UKN - Northern Ireland

Participation

Technical ability conditions of participation

As per tender documentation.

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

13 February 2026, 3:00pm

Tender submission deadline

23 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/epp

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

9 March 2026

Recurring procurement

Publication date of next tender notice (estimated): 28 January 2030


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
AC5: Total Contract Price

Total Contract Price: as detailed in the Tender Documents

Cost 30%
AC1:Proposed Team Experience

Proposed Team Experience: as detailed in the Tender Documents

Quality 25%
AC2: Proposed Methodology

Proposed Methodology: as detailed in Instructions to Tender

Quality 25%
AC3: Social value: Promoting wellbeing as detailed in the Tender Documents

Social value: Promoting wellbeing:

Quality 10%
AC4: Contract Management

Contract Management: as detailed in the Tender Documents

Quality 10%

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. 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


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


Contact organisation

Contact CPD - Supplies and Service Division for any enquiries.