Tender

ID 4166085 - DfE - InterTradeIreland - All Island Business Monitor

  • InterTradeIreland
  • InterTrade Ireland

F02: Contract notice

Notice identifier: 2022/S 000-013358

Procurement identifier (OCID): ocds-h6vhtk-033acc

Published 18 May 2022, 1:59pm



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

Email

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

Email

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