Section one: Contracting authority
one.1) Name and addresses
InterTradeIreland
Old Gasworks Business Park, Kilmorey St,
Newry
BT34 2DE
Contact
SSDAdmin.CPDfinance-ni.gov.uk
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
InterTrade Ireland
The Old Gasworks Business Park Kilmorey Street
Newry
BT34 2DE
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS 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 involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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 4166085 - DfE - InterTradeIreland - All Island Business Monitor
Reference number
4166085
two.1.2) Main CPV code
- 79311000 - Survey services
two.1.3) Type of contract
Services
two.1.4) Short description
InterTradeIreland (ITI) requires a Contractor to undertake 13 quarterly surveys and analysis (over 3 years and 5 months, Q3 2022 to Q3 2025) on business confidence and various all-island business and economic themes. InterTradeIreland requires Pulse Surveys through the timeframe of the project and require a Business Panel for the duration of the contract. The contract is due to commence on 01 August 2022.
two.1.5) Estimated total value
Value excluding VAT: £268,387
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79342310 - Customer survey services
- 79311300 - Survey analysis services
- 79311210 - Telephone survey services
- 79311200 - Survey conduction services
- 79310000 - Market research services
- 79300000 - Market and economic research; polling and statistics
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
InterTradeIreland (ITI) requires a Contractor to undertake 13 quarterly surveys and analysis (over 3 years and 5 months, Q3 2022 to Q3 2025) on business confidence and various all-island business and economic themes. InterTradeIreland requires Pulse Surveys through the timeframe of the project and require a Business Panel for the duration of the contract. The contract is due to commence on 01 August 2022.
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: £268,387
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
41
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
Initial 5 years contract period, plus the option to extend for a further 1 + 1 years.
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.1.3) Technical and professional ability
Selection criteria 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.2.2) Time limit for receipt of tenders or requests to participate
Date
22 June 2022
Local time
3:00pm
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
Tender must be valid until: 20 September 2022
four.2.7) Conditions for opening of tenders
Date
22 June 2022
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
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
The successful Contractor’s performance on this Contract will be managed as per the. specification and regularly monitored (see. Procurement Guidance Note 01/12 - Contract. Management - Procedures and Principles). 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 regarded as an. act of grave professional. misconduct and they may be issued with a Notice of Unsatisfactory Performance and this. Contract may. be terminated. 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. a Notice 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 on behalf of bodies covered by the. Northern Ireland Procurement Policy.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations
UK
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
CPD will comply with the Public Contracts Regulations 2015 as amended and, where appropriate, will incorporate a standstill period i.e. a minimum of 10 calendar days at the point information on the award of contract is communicated to tenderers. That notification will provide full information on
UK
Country
United Kingdom