Contract

DfC - National Museums NI - Market Research and Insight Services

  • National Museums Northern Ireland

F03: Contract award notice

Notice identifier: 2024/S 000-019059

Procurement identifier (OCID): ocds-h6vhtk-044d2f

Published 20 June 2024, 2:33pm



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

Email

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

Email

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.