Awarded contract

ID 3260557 DFE- InterTradeIreland Cross-Border Supply Chain Assessment Tool and Development and Practical Support

  • InterTradeIreland

F03: Contract award notice

Notice reference: 2021/S 000-025608

Published 13 October 2021, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

InterTradeIreland

Old Gasworks Business Park, Kilmorey St

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.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 3260557 DFE- InterTradeIreland Cross-Border Supply Chain Assessment Tool and Development and Practical Support

Reference number

ID 3260557

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

In support of a broader supply chain programme development, InterTradeIreland requires a Contractor to develop and pilot a supply chain assessment and development tool, which aims to assess the resilience of individual SME supply chains. The contractor will be required to recruit SMEs to the pilot, develop and deliver the assessment and development tool with the SMEs and develop bespoke action plans for each participant SME.

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: £189,450

two.2) Description

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79411100 - Business development consultancy services
  • 79900000 - Miscellaneous business and business-related services
  • 72220000 - Systems and technical consultancy services
  • 72221000 - Business analysis consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • IE - Ireland

two.2.4) Description of the procurement

In support of a broader supply chain programme development, InterTradeIreland requires a Contractor to develop and pilot a supply chain assessment and development tool, which aims to assess the resilience of individual SME supply chains. The contractor will be required to recruit SMEs to the pilot, develop and deliver the assessment and development tool with the SMEs and develop bespoke action plans for each participant SME.

two.2.5) Award criteria

Quality criterion - Name: AC1 Programme Delivery: Development of Supply Chain Assessment Tool / Weighting: 22.4

Quality criterion - Name: AC2 Programme Delivery: Recruitment Action Plan Delivery / Weighting: 22.4

Quality criterion - Name: AC3 Key Delivery Personnel Experience / Weighting: 12.6

Quality criterion - Name: AC4 Programme Director Experience / Weighting: 4.2

Quality criterion - Name: AC5 Implementation Plan / Weighting: 4.2

Quality criterion - Name: AC6 Contract Management; Programme Reporting, Monitoring Evaluation / Weighting: 4.2

Cost criterion - Name: AC7 Total Contract Price / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The initial period of Contract will be for a period of up to 15 months. Funding has only been approved for the initial period. In the event that additional funding is secured the contract may be extended for a further period of up to 6 months and the daily rates from the initial period will be applied to any additional work required.

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 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: 2021/S 000-015749


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

13 October 2021

five.2.2) Information about tenders

Number of tenders received: 4

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: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

WINNING MOVES LTD

Ground Floor, Baskerville House

Birmingham

B1 2ND

Email

hello@winningmoves.com

Telephone

+44 1212853800

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: £240,000

Total value of the contract/lot: £189,450


Section six. Complementary information

six.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will 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 for a period of twelve months from the date of issue of the certificate.

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.

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.