Contract

ID 5214618 DFE - INVEST NI - FOREIGN DIRECT INVESTMENT MARKET INTELLIGENCE TOOL AND FOREIGN DIRECT INVESTMENT LOCATION BENCHMARKING TOOL

  • Invest Northern Ireland

F03: Contract award notice

Notice identifier: 2024/S 000-008332

Procurement identifier (OCID): ocds-h6vhtk-0422f3

Published 15 March 2024, 10:28am



Section one: Contracting authority

one.1) Name and addresses

Invest Northern Ireland

Bedford Square 1 Bedford Street

Belfast

BT2 7ES

Email

info@investni.com

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

ID 5214618 DFE - INVEST NI - FOREIGN DIRECT INVESTMENT MARKET INTELLIGENCE TOOL AND FOREIGN DIRECT INVESTMENT LOCATION BENCHMARKING TOOL

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

Within Invest NI, the International Investment Division has specific responsibility for attracting and negotiating new Foreign Direct Investment for Northern Ireland. Through its network of overseas offices and contacts, Invest NI promotes the benefits of setting up in Northern Ireland. In order to ensure they have they most accurate information, the International Investment Division require access to two databases, which are being procured as part of this contract. This contract has been divided into two Lots. Lot 1, the provision of a FDI Market Intelligence Tool and Lot 2, provision of a FDI Location Benchmarking Tool. One Contractor will be awarded each lot however, there are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, or both Lots as they wish. Please see ID 5214618 Specification for further information.

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Value excluding VAT: £500,000

two.2) Description

two.2.1) Title

Lot 1 - Provision of A FDI Market Intelligence Tool

Lot No

1

two.2.2) Additional CPV code(s)

  • 72260000 - Software-related services
  • 72316000 - Data analysis services
  • 48100000 - Industry specific software package
  • 48220000 - Internet and intranet software package
  • 48610000 - Database systems
  • 48600000 - Database and operating software package

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Within Invest NI, the International Investment Division has specific responsibility for attracting and negotiating new Foreign Direct Investment for Northern Ireland. Through its network of overseas offices and contacts, Invest NI promotes the benefits of setting up in Northern Ireland. In order to ensure they have they most accurate information, the International Investment Division require access to two databases, which are being procured as part of this contract. This contract has been divided into two Lots. Lot 1, the provision of a FDI Market Intelligence Tool and Lot 2, provision of a FDI Location Benchmarking Tool. One Contractor will be awarded each lot however, there are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, or both Lots as they wish. Please see ID 5214618 Specification for further information.

two.2.5) Award criteria

Quality criterion - Name: AC1 Accessibility and Range of Data / Weighting: 9

Quality criterion - Name: AC2 Contingency, Escalation and Training / Weighting: 9

Quality criterion - Name: AC3 Social Value / Weighting: 12

Cost criterion - Name: AC4 Total Contract Price / Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

After the initial contract period of three years, there are two options to extend the contract for up to one year on each occasion.

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) Description

two.2.1) Title

Lot 2 - Provision of a FDI Location Benchmarking Tool

Lot No

2

two.2.2) Additional CPV code(s)

  • 72260000 - Software-related services
  • 72316000 - Data analysis services
  • 48100000 - Industry specific software package
  • 48220000 - Internet and intranet software package
  • 48610000 - Database systems
  • 48600000 - Database and operating software package

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Within Invest NI, the International Investment Division has specific responsibility for attracting and negotiating new Foreign Direct Investment for Northern Ireland. Through its network of overseas offices and contacts, Invest NI promotes the benefits of setting up in Northern Ireland. In order to ensure they have they most accurate information, the International Investment Division require access to two databases, which are being procured as part of this contract. This contract has been divided into two Lots. Lot 1, the provision of a FDI Market Intelligence Tool and Lot 2, provision of a FDI Location Benchmarking Tool. One Contractor will be awarded each lot however, there are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, or both Lots as they wish. Please see ID 5214618 Specification for further information.

two.2.5) Award criteria

Quality criterion - Name: AC1 Methods and Sources of Data Collection / Weighting: 9

Quality criterion - Name: AC2 Contingency, Escalation and Training / Weighting: 9

Quality criterion - Name: AC3 Social Value / Weighting: 12

Cost criterion - Name: AC4 Total Contract Price / Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

After the initial contract period of three years, there are two options to extend the contract for up to one year on each occasion.

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • No tenders or no suitable tenders/requests to participate in response to open procedure

Explanation:

As per Article 32(2)(a) where no tenders, no suitable tenders, no requests to participate or no suitable requests to participate have been submitted in response to an open procedure or a restricted procedure, provided that the initial conditions of the contract are not substantially altered and that a report is sent to the Commission where it so requests, no suitable tender was received for notice ref 2023/S 000-036287, therefore with no changes to the initial conditions of the contract Invest NI moved from open to negotiated procedure without prior publication.

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 000-036287


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 - Provision of A FDI Market Intelligence Tool

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 March 2024

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

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

FINANCIAL TIMES LIMITEDTHE

Bracken House, 1 Friday Street

London

EC4M 9BT

Email

carmel.ferris@ft.com

Telephone

+44 2077756719

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £250,000

Total value of the contract/lot: £250,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 - Provision of a FDI Location Benchmarking Tool

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 March 2024

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

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

FINANCIAL TIMES LIMITEDTHE

Bracken House, 1 Friday Street

London

EC4M 9BT

Email

carmel.ferris@ft.com

Telephone

+44 2077756719

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £250,000

Total value of the contract/lot: £250,000


Section six. Complementary information

six.3) Additional information

Contract monitoring: the successful contractor’s performance on the contract will be 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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up to three years.

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.

Belfast

Country

United Kingdom