- Scope of the procurement
- Lot 1 - Engage and Foundation Derry City & Strabane District Council and Causeway Coast and Glens Borough Council
- Lot 2 - Engage and Foundation Mid & East Antrim Borough Council and Antrim & Newtownabbey Borough Council
- Lot 3 - Engage and Foundation Belfast City Council
- Lot 4 - Engage and Foundation Ards & North Down Borough Council, Newry, Mourne and Down District Council; and Lisburn & Castlereagh City Council
- Lot 5 - Engage and Foundation Fermanagh & Omagh District Council, Mid Ulster Council and Armagh City, Banbridge and Craigavon Borough Council
- Lot 6. Lots 6 – Enabling Growth and Scaling Derry City & Strabane District Council and Causeway Coast and Glens Borough Council
- Lot 7 - Enabling Growth and Scaling Mid & East Antrim Borough Council and Antrim & Newtownabbey Borough Council
- Lot 8 - Enabling Growth and Scaling Belfast City Council
- Lot 9 - Enabling Growth and Scaling Ards & North Down Borough Council, Newry, Mourne and Down District Council; and Lisburn & Castlereagh City Council
- Lot 10 - Enabling Growth and Scaling Fermanagh & Omagh District Council, Mid Ulster Council and Armagh City, Banbridge and Craigavon Borough Council
Section one: Contracting authority
one.1) Name and addresses
Belfast City Council
9 Adelaide Street
Belfast
BT2 8DJ
Contact
Lewis Murray
Country
United Kingdom
NUTS code
UKN06 - Belfast
Internet address(es)
Main address
https://www.belfastcity.gov.uk
Buyer's address
https://www.belfastcity.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
T2407 - Northern Ireland Enterprise Support Service ‘NIESS’ Framework A (preferred Contractors)
Reference number
T2407
two.1.2) Main CPV code
- 79400000 - Business and management consultancy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Local Authorities in Northern Ireland have developed a new enterprise support service ‘ESS’ which aims to put in place a more ambitious approach to the delivery of start-up and growth support which seeks to revamp the current offer and increase the number, survival and growth rates of new businesses across the region. The service aims to provide a set of connected ESS where individuals, entrepreneurs or businesses can access a continuum of support to meet their needs, aligned with the relevant stage of their business.
Given the varying needs of the individuals, entrepreneurs and businesses that will likely engage with this service across the business lifecycle, the Local Authorities have identified a need to put in place a framework of ESS, this NIESS Framework A, which will:
a) Be proactive and flexible to address market needs.
b) Incentivise market development activity.
c) Provide a core programme of service delivery across the region.
d) Provide access to specialists in certain sectors / target groups.
e) Be flexible in responding to future variability in demand and funding.
f) Provide quality services that meet user needs; and
g) Support the Local Authorities strategic ambitions aligned with The Northern Ireland Draft Programme for Government, 10x Economy – Northern Ireland’s Decade of Innovation, Economy 2030, draft Green Growth Strategy for Northern Ireland, DFE’s Economic Recovery Action Plan, Invest NI’s forward business plans, the City/Growth deals, and inclusive growth focus of the individual Council community plans.
The NIESS, which is described in greater detail in the Specification, will comprise the following three frameworks/ contracts which are being procured separately:
a) NIESS Framework A (preferred Contractors);
b) NIESS Framework B (Subject Matter Experts); and
c) NIESS Framework C (Sector Experts).
This procurement relates to the award of a contract to the Contractor for each of ten (10) geographic Lots for NIESS Framework A (preferred Contractors). The geographic Lots are based on groupings of the 11 Local Authorities and are for the provision of ‘engage and foundation’ level supports, and ‘growth and scaling’ level supports as further described in the Specifications.
Belfast City Council, as Lead Council, shall enter into a Services Contract with the preferred Contractor in respect of each Lot. Each Local Authority that wishes to avail of that Lot shall enter into an SLA with Belfast City Council and the preferred Contractor that will detail the requirements of that Local Authority and the outputs required from the preferred Contractor. Each individual Local Authority shall then be responsible for liaising directly with the preferred Contractor in respect of the Services to be delivered to that Local Authority under the SLA. It is anticipated that each individual Local Authority shall produce an Annual Service Plan that shall detail the Services required in the coming year. These Services, once agreed with the referred Contractor shall be evidenced in writing, and referred to as a ‘Task Order’. The mechanism for agreeing each task order shall be detailed in the SLA, and each Task Order once agreed shall be incorporated into, and form part of the SLA. As Lead Council, Belfast City Council shall be responsible for Contract management with the preferred Contractor, and shall have legal responsibility for the Contract. Any contract disputes must be actioned through Belfast City Council.
The other 10 Local Authorities (Contract Users) included are:
Antrim and Newtownabbey Borough Council
Ards and North Down Borough Council
Armagh City, Banbridge and Craigavon Borough Council
Causeway Coast and Glens Borough Council
Derry City and Strabane District Council
Fermanagh and Omagh District Council - Enniskillen Office
Lisburn and Castlereagh City Council
Mid and East Antrim Borough Council
Mid Ulster District Council - Dungannon
Newry, Mourne and Down District Council
two.1.5) Estimated total value
Value excluding VAT: £26,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 10
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
As explained in the ITT documents
two.2) Description
two.2.1) Title
Lot 1 - Engage and Foundation Derry City & Strabane District Council and Causeway Coast and Glens Borough Council
Lot No
1
two.2.2) Additional CPV code(s)
- 79411100 - Business development consultancy services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Derry City & Strabane District Council and Causeway Coast and Glens Borough Council
two.2.4) Description of the procurement
Engage will focus on identifying individuals with entrepreneurial aspirations, as well as encouraging them to develop enterprise skills and consider starting a business, drawing on partnerships with organisations already active in this space. Key activities include community outreach work to underrepresented groups, masterclasses, peer support networks and 1-1 advice sessions.
Foundation will focus on more intensive support geared to establishment of ‘employer enterprises’ (Higher Value/ VAT+ Potential starts). Key activities will include business planning, a programme of masterclasses, 1 to 1 advice to refine business plan, support with access to finance and further peer support/networks.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract for each Lot shall be effective from the date of award for an initial period of two years, with the option to extend by two further periods of one year (Initial 2 years + 1 year + 1 year). Any extension may be subject to further approval by the Council (including other Local Authorities) and funders for the relevant Lot, availability of funding and satisfactory performance of the Contractor.
Funding has been secured for service activity up to 31 March 2025 initially. Any activity following this date will be subject to securing additional funding.
The appointed Bidder for each Lot must have the potential to scale up or down to meet demand and availability of future funding.
As such there is no guarantee of any delivery post the 31st March 2025 until funding has been secured.
In addition to delivering Components 1, 2 and 3 of the core service requirements as described the Specification, throughout the contract period the Contractor may also be required to deliver one or more optional services which are additional to the core services.
These optional services will be in areas related to the core services and may for example include (but are not necessarily limited to):
• Intelligence gathering.
• Business plan assessments and challenge.
• Management of financial incentives and administering grant funding to businesses in the Foundation Element with Lot 1 Councils’ target markets (where relevant). Indicative number of grants per Council, for each Lot have been included in Appendix 1. The average grant offer per business is £3,500.
• Managing and monitoring access to finance for participants on behalf of the Lot 1 Councils.
• Collaborative space development and delivery; and
• Managing access to test trading space.
If required, these services will be agreed with the Contractor in advance and the costs for the delivery of the services will be agreed by reference to the daily rates contained within the Contract.
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 - Engage and Foundation Mid & East Antrim Borough Council and Antrim & Newtownabbey Borough Council
Lot No
2
two.2.2) Additional CPV code(s)
- 79411100 - Business development consultancy services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Mid & East Antrim Borough Council and Antrim & Newtownabbey Borough Council
two.2.4) Description of the procurement
Engage will focus on identifying individuals with entrepreneurial aspirations, as well as encouraging them to develop enterprise skills and consider starting a business, drawing on partnerships with organisations already active in this space. Key activities include community outreach work to underrepresented groups, masterclasses, peer support networks and 1-1 advice sessions.
Foundation will focus on more intensive support geared to establishment of ‘employer enterprises’ (Higher Value/ VAT+ Potential starts). Key activities will include business planning, a programme of masterclasses, 1 to 1 advice to refine business plan, support with access to finance and further peer support/networks.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract for each Lot shall be effective from the date of award for an initial period of two years, with the option to extend by two further periods of one year (Initial 2 years + 1 year + 1 year). Any extension may be subject to further approval by the Council (including other Local Authorities) and funders for the relevant Lot, availability of funding and satisfactory performance of the Contractor.
Funding has been secured for service activity up to 31 March 2025 initially. Any activity following this date will be subject to securing additional funding.
The appointed Bidder for each Lot must have the potential to scale up or down to meet demand and availability of future funding.
As such there is no guarantee of any delivery post the 31st March 2025 until funding has been secured.
In addition to delivering Components 1, 2 and 3 of the core service requirements as described the Specification, throughout the contract period the Contractor may also be required to deliver one or more optional services which are additional to the core services.
These optional services will be in areas related to the core services and may for example include (but are not necessarily limited to):
• Intelligence gathering.
• Business plan assessments and challenge.
• Management of financial incentives and administering grant funding to businesses in the Foundation Element with Lot 2 Councils’ target markets (where relevant). Indicative number of grants per Council, for each Lot have been included in Appendix 1. The average grant offer per business is £3,500.
• Managing and monitoring access to finance for participants on behalf of the Lot 2 Councils.
• Collaborative space development and delivery; and
• Managing access to test trading space.
If required, these services will be agreed with the Contractor in advance and the costs for the delivery of the services will be agreed by reference to the daily rates contained within the Contract.
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 3 - Engage and Foundation Belfast City Council
Lot No
3
two.2.2) Additional CPV code(s)
- 79411100 - Business development consultancy services
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
Main site or place of performance
Belfast City Council
two.2.4) Description of the procurement
Engage will focus on identifying individuals with entrepreneurial aspirations, as well as encouraging them to develop enterprise skills and consider starting a business, drawing on partnerships with organisations already active in this space. Key activities include community outreach work to underrepresented groups, masterclasses, peer support networks and 1-1 advice sessions.
Foundation will focus on more intensive support geared to establishment of ‘employer enterprises’ (Higher Value/ VAT+ Potential starts). Key activities will include business planning, a programme of masterclasses, 1 to 1 advice to refine business plan, support with access to finance and further peer support/networks.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract for each Lot shall be effective from the date of award for an initial period of two years, with the option to extend by two further periods of one year (Initial 2 years + 1 year + 1 year). Any extension may be subject to further approval by the Council (including other Local Authorities) and funders for the relevant Lot, availability of funding and satisfactory performance of the Contractor.
Funding has been secured for service activity up to 31 March 2025 initially. Any activity following this date will be subject to securing additional funding.
The appointed Bidder for each Lot must have the potential to scale up or down to meet demand and availability of future funding.
As such there is no guarantee of any delivery post the 31st March 2025 until funding has been secured.
In addition to delivering Components 1, 2 and 3 of the core service requirements as described the Specification, throughout the contract period the Contractor may also be required to deliver one or more optional services which are additional to the core services.
These optional services will be in areas related to the core services and may for example include (but are not necessarily limited to):
• Intelligence gathering.
• Business plan assessments and challenge.
• Management of financial incentives and administering grant funding to businesses in the Foundation Element with Lot 3 Councils’ target markets (where relevant). Indicative number of grants per Council, for each Lot have been included in Appendix 1. The average grant offer per business is £3,500.
• Managing and monitoring access to finance for participants on behalf of the Lot 3 Councils.
• Collaborative space development and delivery; and
• Managing access to test trading space.
If required, these services will be agreed with the Contractor in advance and the costs for the delivery of the services will be agreed by reference to the daily rates contained within the Contract.
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 4 - Engage and Foundation Ards & North Down Borough Council, Newry, Mourne and Down District Council; and Lisburn & Castlereagh City Council
Lot No
4
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Ards & North Down Borough Council, Newry, Mourne and Down District Council; and Lisburn & Castlereagh City Council
two.2.4) Description of the procurement
Engage will focus on identifying individuals with entrepreneurial aspirations, as well as encouraging them to develop enterprise skills and consider starting a business, drawing on partnerships with organisations already active in this space. Key activities include community outreach work to underrepresented groups, masterclasses, peer support networks and 1-1 advice sessions.
Foundation will focus on more intensive support geared to establishment of ‘employer enterprises’ (Higher Value/ VAT+ Potential starts). Key activities will include business planning, a programme of masterclasses, 1 to 1 advice to refine business plan, support with access to finance and further peer support/networks.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,840,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract for each Lot shall be effective from the date of award for an initial period of two years, with the option to extend by two further periods of one year (Initial 2 years + 1 year + 1 year). Any extension may be subject to further approval by the Council (including other Local Authorities) and funders for the relevant Lot, availability of funding and satisfactory performance of the Contractor.
Funding has been secured for service activity up to 31 March 2025 initially. Any activity following this date will be subject to securing additional funding.
The appointed Bidder for each Lot must have the potential to scale up or down to meet demand and availability of future funding.
As such there is no guarantee of any delivery post the 31st March 2025 until funding has been secured.
In addition to delivering Components 1, 2 and 3 of the core service requirements as described the Specification, throughout the contract period the Contractor may also be required to deliver one or more optional services which are additional to the core services.
These optional services will be in areas related to the core services and may for example include (but are not necessarily limited to):
• Intelligence gathering.
• Business plan assessments and challenge.
• Management of financial incentives and administering grant funding to businesses in the Foundation Element with Lot 4 Councils’ target markets (where relevant). Indicative number of grants per Council, for each Lot have been included in Appendix 1. The average grant offer per business is £3,500.
• Managing and monitoring access to finance for participants on behalf of the Lot 4 Councils.
• Collaborative space development and delivery; and
• Managing access to test trading space.
If required, these services will be agreed with the Contractor in advance and the costs for the delivery of the services will be agreed by reference to the daily rates contained within the Contract.
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 5 - Engage and Foundation Fermanagh & Omagh District Council, Mid Ulster Council and Armagh City, Banbridge and Craigavon Borough Council
Lot No
5
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Fermanagh & Omagh District Council, Mid Ulster Council and Armagh City, Banbridge and Craigavon Borough Council
two.2.4) Description of the procurement
Engage will focus on identifying individuals with entrepreneurial aspirations, as well as encouraging them to develop enterprise skills and consider starting a business, drawing on partnerships with organisations already active in this space. Key activities include community outreach work to underrepresented groups, masterclasses, peer support networks and 1-1 advice sessions.
Foundation will focus on more intensive support geared to establishment of ‘employer enterprises’ (Higher Value/ VAT+ Potential starts). Key activities will include business planning, a programme of masterclasses, 1 to 1 advice to refine business plan, support with access to finance and further peer support/networks.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract for each Lot shall be effective from the date of award for an initial period of two years, with the option to extend by two further periods of one year (Initial 2 years + 1 year + 1 year). Any extension may be subject to further approval by the Council (including other Local Authorities) and funders for the relevant Lot, availability of funding and satisfactory performance of the Contractor.
Funding has been secured for service activity up to 31 March 2025 initially. Any activity following this date will be subject to securing additional funding.
The appointed Bidder for each Lot must have the potential to scale up or down to meet demand and availability of future funding.
As such there is no guarantee of any delivery post the 31st March 2025 until funding has been secured.
In addition to delivering Components 1, 2 and 3 of the core service requirements as described the Specification, throughout the contract period the Contractor may also be required to deliver one or more optional services which are additional to the core services.
These optional services will be in areas related to the core services and may for example include (but are not necessarily limited to):
• Intelligence gathering.
• Business plan assessments and challenge.
• Management of financial incentives and administering grant funding to businesses in the Foundation Element with Lot 5 Councils’ target markets (where relevant). Indicative number of grants per Council, for each Lot have been included in Appendix 1. The average grant offer per business is £3,500.
• Managing and monitoring access to finance for participants on behalf of the Lot 5 Councils.
• Collaborative space development and delivery; and
• Managing access to test trading space.
If required, these services will be agreed with the Contractor in advance and the costs for the delivery of the services will be agreed by reference to the daily rates contained within the Contract.
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
Lots 6 – Enabling Growth and Scaling Derry City & Strabane District Council and Causeway Coast and Glens Borough Council
Lot No
6
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Derry City & Strabane District Council and Causeway Coast and Glens Borough Council
two.2.4) Description of the procurement
Enabling Growth is aimed at stimulating growth within existing businesses across the area. All businesses receiving support through this element have potential to be ‘employer enterprises’. They will receive differentiated and tailored support focused on cohorts such as SME start-up enterprise founders, who can be the life blood of high streets and local economies; and innovation-driven enterprises with a strong aspiration to grow, with a focus on regional/ export markets. Support would include; access to ‘live’ masterclasses, post-start mentoring, connections to sources of finance and ‘grow-on’ accommodation; and peer support/ networks.
The scaling element entails a hand-holding support for scaling companies in the early phases of their transition to other provision.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,940,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract for each Lot shall be effective from the date of award for an initial period of two years, with the option to extend by two further periods of one year (Initial 2 years + 1 year + 1 year). Any extension may be subject to further approval by the Council (including other Local Authorities) and funders for the relevant Lot, availability of funding and satisfactory performance of the Contractor.
Funding has been secured for service activity up to 31 March 2025 initially. Any activity following this date will be subject to securing additional funding.
The appointed Bidder for each Lot must have the potential to scale up or down to meet demand and availability of future funding.
As such there is no guarantee of any delivery post the 31st March 2025 until funding has been secured.
In addition to delivering Components 1, 2 and 3 of the core service requirement as described above, throughout the contract period the Contractor may also be required to deliver one or more optional services which are additional to the core services described above. These optional services will be in areas related to the core services described above and may for example include (but are not necessarily limited to):
• Intelligence gathering.
• Business plan assessments and challenge.
• Management of financial incentives and administering grant funding to businesses in the Growth Element with Lot 6 Councils’ target markets (where relevant). Indicative number of grants per Council, for each Lot have been included in Appendix 1. The average grant offer per business is £3,500.
• Managing and monitoring access to finance for participants on behalf of the Lot 6 Councils.
• Collaborative space development and delivery; and
• Managing access to test trading space.
If required, these services will be agreed with the Contractor in advance and the costs for the delivery of the services will be agreed by reference to the daily rates contained within the Contract.
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 7 - Enabling Growth and Scaling Mid & East Antrim Borough Council and Antrim & Newtownabbey Borough Council
Lot No
7
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Mid & East Antrim Borough Council and Antrim & Newtownabbey Borough Council
two.2.4) Description of the procurement
Enabling Growth is aimed at stimulating growth within existing businesses across the area. All businesses receiving support through this element have potential to be ‘employer enterprises’. They will receive differentiated and tailored support focused on cohorts such as SME start-up enterprise founders, who can be the life blood of high streets and local economies; and innovation-driven enterprises with a strong aspiration to grow, with a focus on regional/ export markets. Support would include; access to ‘live’ masterclasses, post-start mentoring, connections to sources of finance and ‘grow-on’ accommodation; and peer support/ networks.
The scaling element entails a hand-holding support for scaling companies in the early phases of their transition to other provision.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,660,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract for each Lot shall be effective from the date of award for an initial period of two years, with the option to extend by two further periods of one year (Initial 2 years + 1 year + 1 year). Any extension may be subject to further approval by the Council (including other Local Authorities) and funders for the relevant Lot, availability of funding and satisfactory performance of the Contractor.
Funding has been secured for service activity up to 31 March 2025 initially. Any activity following this date will be subject to securing additional funding.
The appointed Bidder for each Lot must have the potential to scale up or down to meet demand and availability of future funding.
As such there is no guarantee of any delivery post the 31st March 2025 until funding has been secured.
In addition to delivering Components 1, 2 and 3 of the core service requirement as described above, throughout the contract period the Contractor may also be required to deliver one or more optional services which are additional to the core services described above. These optional services will be in areas related to the core services described above and may for example include (but are not necessarily limited to):
• Intelligence gathering.
• Business plan assessments and challenge.
• Management of financial incentives and administering grant funding to businesses in the Growth Element with Lot 7 Councils’ target markets (where relevant). Indicative number of grants per Council, for each Lot have been included in Appendix 1. The average grant offer per business is £3,500.
• Managing and monitoring access to finance for participants on behalf of the Lot 7 Councils.
• Collaborative space development and delivery; and
• Managing access to test trading space.
If required, these services will be agreed with the Contractor in advance and the costs for the delivery of the services will be agreed by reference to the daily rates contained within the Contract.
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 8 - Enabling Growth and Scaling Belfast City Council
Lot No
8
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
Main site or place of performance
Belfast City Council
two.2.4) Description of the procurement
Enabling Growth is aimed at stimulating growth within existing businesses across the area. All businesses receiving support through this element have potential to be ‘employer enterprises’. They will receive differentiated and tailored support focused on cohorts such as SME start-up enterprise founders, who can be the life blood of high streets and local economies; and innovation-driven enterprises with a strong aspiration to grow, with a focus on regional/ export markets. Support would include; access to ‘live’ masterclasses, post-start mentoring, connections to sources of finance and ‘grow-on’ accommodation; and peer support/ networks.
The scaling element entails a hand-holding support for scaling companies in the early phases of their transition to other provision.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,620,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract for each Lot shall be effective from the date of award for an initial period of two years, with the option to extend by two further periods of one year (Initial 2 years + 1 year + 1 year). Any extension may be subject to further approval by the Council (including other Local Authorities) and funders for the relevant Lot, availability of funding and satisfactory performance of the Contractor.
Funding has been secured for service activity up to 31 March 2025 initially. Any activity following this date will be subject to securing additional funding.
The appointed Bidder for each Lot must have the potential to scale up or down to meet demand and availability of future funding.
As such there is no guarantee of any delivery post the 31st March 2025 until funding has been secured.
In addition to delivering Components 1, 2 and 3 of the core service requirement as described above, throughout the contract period the Contractor may also be required to deliver one or more optional services which are additional to the core services described above. These optional services will be in areas related to the core services described above and may for example include (but are not necessarily limited to):
• Intelligence gathering.
• Business plan assessments and challenge.
• Management of financial incentives and administering grant funding to businesses in the Growth Element with Lot 8 Councils’ target markets (where relevant). Indicative number of grants per Council, for each Lot have been included in Appendix 1. The average grant offer per business is £3,500.
• Managing and monitoring access to finance for participants on behalf of the Lot 8 Councils.
• Collaborative space development and delivery; and
• Managing access to test trading space.
If required, these services will be agreed with the Contractor in advance and the costs for the delivery of the services will be agreed by reference to the daily rates contained within the Contract.
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 9 - Enabling Growth and Scaling Ards & North Down Borough Council, Newry, Mourne and Down District Council; and Lisburn & Castlereagh City Council
Lot No
9
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Ards & North Down Borough Council, Newry, Mourne and Down District Council; and Lisburn & Castlereagh City Council
two.2.4) Description of the procurement
Enabling Growth is aimed at stimulating growth within existing businesses across the area. All businesses receiving support through this element have potential to be ‘employer enterprises’. They will receive differentiated and tailored support focused on cohorts such as SME start-up enterprise founders, who can be the life blood of high streets and local economies; and innovation-driven enterprises with a strong aspiration to grow, with a focus on regional/ export markets. Support would include; access to ‘live’ masterclasses, post-start mentoring, connections to sources of finance and ‘grow-on’ accommodation; and peer support/ networks.
The scaling element entails a hand-holding support for scaling companies in the early phases of their transition to other provision.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,584,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract for each Lot shall be effective from the date of award for an initial period of two years, with the option to extend by two further periods of one year (Initial 2 years + 1 year + 1 year). Any extension may be subject to further approval by the Council (including other Local Authorities) and funders for the relevant Lot, availability of funding and satisfactory performance of the Contractor.
Funding has been secured for service activity up to 31 March 2025 initially. Any activity following this date will be subject to securing additional funding.
The appointed Bidder for each Lot must have the potential to scale up or down to meet demand and availability of future funding.
As such there is no guarantee of any delivery post the 31st March 2025 until funding has been secured.
In addition to delivering Components 1, 2 and 3 of the core service requirement as described above, throughout the contract period the Contractor may also be required to deliver one or more optional services which are additional to the core services described above. These optional services will be in areas related to the core services described above and may for example include (but are not necessarily limited to):
• Intelligence gathering.
• Business plan assessments and challenge.
• Management of financial incentives and administering grant funding to businesses in the Growth Element with Lot 9 Councils’ target markets (where relevant). Indicative number of grants per Council, for each Lot have been included in Appendix 1. The average grant offer per business is £3,500.
• Managing and monitoring access to finance for participants on behalf of the Lot 9 Councils.
• Collaborative space development and delivery; and
• Managing access to test trading space.
If required, these services will be agreed with the Contractor in advance and the costs for the delivery of the services will be agreed by reference to the daily rates contained within the Contract.
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 10 - Enabling Growth and Scaling Fermanagh & Omagh District Council, Mid Ulster Council and Armagh City, Banbridge and Craigavon Borough Council
Lot No
10
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Fermanagh & Omagh District Council, Mid Ulster Council and Armagh City, Banbridge and Craigavon Borough Council
two.2.4) Description of the procurement
Enabling Growth is aimed at stimulating growth within existing businesses across the area. All businesses receiving support through this element have potential to be ‘employer enterprises’. They will receive differentiated and tailored support focused on cohorts such as SME start-up enterprise founders, who can be the life blood of high streets and local economies; and innovation-driven enterprises with a strong aspiration to grow, with a focus on regional/ export markets. Support would include; access to ‘live’ masterclasses, post-start mentoring, connections to sources of finance and ‘grow-on’ accommodation; and peer support/ networks.
The scaling element entails a hand-holding support for scaling companies in the early phases of their transition to other provision.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract for each Lot shall be effective from the date of award for an initial period of two years, with the option to extend by two further periods of one year (Initial 2 years + 1 year + 1 year). Any extension may be subject to further approval by the Council (including other Local Authorities) and funders for the relevant Lot, availability of funding and satisfactory performance of the Contractor.
Funding has been secured for service activity up to 31 March 2025 initially. Any activity following this date will be subject to securing additional funding.
The appointed Bidder for each Lot must have the potential to scale up or down to meet demand and availability of future funding.
As such there is no guarantee of any delivery post the 31st March 2025 until funding has been secured.
In addition to delivering Components 1, 2 and 3 of the core service requirement as described above, throughout the contract period the Contractor may also be required to deliver one or more optional services which are additional to the core services described above. These optional services will be in areas related to the core services described above and may for example include (but are not necessarily limited to):
• Intelligence gathering.
• Business plan assessments and challenge.
• Management of financial incentives and administering grant funding to businesses in the Growth Element with Lot 10 Councils’ target markets (where relevant). Indicative number of grants per Council, for each Lot have been included in Appendix 1. The average grant offer per business is £3,500.
• Managing and monitoring access to finance for participants on behalf of the Lot 10 Councils.
• Collaborative space development and delivery; and
• Managing access to test trading space.
If required, these services will be agreed with the Contractor in advance and the costs for the delivery of the services will be agreed by reference to the daily rates contained within the Contract.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents
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: 2022/S 000-035769
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 May 2023
Local time
12:30pm
Place
via eSourcing NI
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Additional CPV codes associated with the procurement:
79410000-1 Business and management consultancy services.
79411000-8 General management consultancy services.
79411100-9 Business-development consultancy services.
79412000-5 Financial management consultancy services.
79413000-2 Marketing management consultancy services.
79900000-3 Miscellaneous business and business-related services.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Approval to award a contract to the highest ranked Bidder for each Lot will be subject to internal approvals in line with Council procedures.
Following internal approvals to proceed with award of contract in accordance with the Regulations, there will be a standstill period of 10 calendar days following notification of award of the contract to the successful Bidder and the contract being entered into.
All Bidders for a Lot will be notified in writing via eSourcing NI at the start of the standstill period notifying them of the outcome of the evaluation exercise for that Lot, in accordance with the requirements of the Regulations.
Following the standstill period, subject to there being no substantive challenge to the decision and the Council’s discretion not to award any contract, the contract between the Council and the successful Bidder will be entered into. This will be confirmed via eSourcing NI with an award letter.
Economic Operators are advised to seek their own legal advice regarding any further action they wish to take following notification of intent to award/ awarded of contract regarding this procurement.