Section one: Contracting authority
one.1) Name and addresses
National Museums Northern Ireland
303 Airport Road West
BELFAST
BT3 9ED
Contact
ssdadmin.cpdfinance-ni.gov.uk
ssdadmin.cpd@finance-ni.gov.uk
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
DfC - National Museums NI - Market Research and Insight Services
Reference number
ID 5128844
two.1.2) Main CPV code
- 79300000 - Market and economic research; polling and statistics
two.1.3) Type of contract
Services
two.1.4) Short description
DfC - National Museums NI - Market Research and Insight Services
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £500,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79310000 - Market research services
- 79311000 - Survey services
- 79312000 - Market-testing services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
DfC - National Museums NI - Market Research and Insight Services
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria / Weighting: 70
Cost criterion - Name: Quantitative Criteria / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The contract will be for 3 years with 2 optional extensions bringing the total contract duration to up to 5 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
two.2.14) Additional information
The contract will be for a minimum of 3 years with 2 optional extensions bringing the total contract duration to up to 5 years.
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: 2024/S 000-009897
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 June 2024
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 1
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: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Client Analysis Relationship Development CARD GROUP
13 University Street
BELFAST
BT7 1FY
albert.hamilton@card-group.com
Telephone
+44 2894477463
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £500,000
Total value of the contract/lot: £500,000
Section six. Complementary information
six.3) Additional information
The successful Contractor’s performance on this Contract will be managed as per the specification and 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 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 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. Postal address
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 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 the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.