Contract

DFE-INVEST NI - TECHNICAL ADVISORY FRAMEWORK AGREEMENT

  • InvestNI

F03: Contract award notice

Notice identifier: 2022/S 000-031691

Procurement identifier (OCID): ocds-h6vhtk-03627f

Published 9 November 2022, 12:36pm



Section one: Contracting authority

one.1) Name and addresses

InvestNI

Bedford Square, Bedford Street

BELFAST

BT2 7ES

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

DFE-INVEST NI - TECHNICAL ADVISORY FRAMEWORK AGREEMENT

Reference number

ID4397040

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Invest NI wishes to establish a framework of Contractors to undertake Technical Appraisals/Reviews of Research and Development (R and D) projects, when staff resources or specialist sector expertise to undertake a particular exercise are not available within Invest NI. Other Divisions from within Invest NI may, on occasions, use the Framework. The Framework will be divided into 6 Lots/Sectors. A framework list with multiple contractors will be established for each of the Sectors/Lots below: 1. Financial, Business and Professional Services 2. Advanced Manufacturing, Materials and Engineering 3. Agriculture, Food and Drink 4. Software, Digital and Creative Technologies 5. Construction and Materials Handling 6. Life and Health Sciences Tenderers are required to indicate which of the framework sectors they are tendering for. There is no restriction on the number of framework sectors that Tenderers may apply for or be appointed to. Each Lot will be evaluated independently, resulting in separate lists of contractors for each sector. Tenderers should refer to the Specification document for more information.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £800,000

two.2) Description

two.2.1) Title

Financial, Business and Professional Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services
  • 79413000 - Marketing management consultancy services
  • 73110000 - Research services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79411100 - Business development consultancy services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Invest NI wishes to establish a framework of Contractors to undertake Technical Appraisals/Reviews of Research and Development (R and D) projects, when staff resources or specialist sector expertise to undertake a particular exercise are not available within Invest NI. Other Divisions from within Invest NI may, on occasions, use the Framework. The Framework will be divided into 6 Lots/Sectors. A framework list with multiple contractors will be established for each of the Sectors/Lots below: 1. Financial, Business and Professional Services 2. Advanced Manufacturing, Materials and Engineering 3. Agriculture, Food and Drink 4. Software, Digital and Creative Technologies 5. Construction and Materials Handling 6. Life and Health Sciences Tenderers are required to indicate which of the framework sectors they are tendering for. There is no restriction on the number of framework sectors that Tenderers may apply for or be appointed to. Each Lot will be evaluated independently, resulting in separate lists of contractors for each sector. Tenderers should refer to the Specification document for more information.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Advanced Manufacturing, Materials and Engineering

Lot No

2

two.2.2) Additional CPV code(s)

  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services
  • 79413000 - Marketing management consultancy services
  • 73110000 - Research services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79411100 - Business development consultancy services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Invest NI wishes to establish a framework of Contractors to undertake Technical Appraisals/Reviews of Research and Development (R and D) projects, when staff resources or specialist sector expertise to undertake a particular exercise are not available within Invest NI. Other Divisions from within Invest NI may, on occasions, use the Framework. The Framework will be divided into 6 Lots/Sectors. A framework list with multiple contractors will be established for each of the Sectors/Lots below: 1. Financial, Business and Professional Services 2. Advanced Manufacturing, Materials and Engineering 3. Agriculture, Food and Drink 4. Software, Digital and Creative Technologies 5. Construction and Materials Handling 6. Life and Health Sciences Tenderers are required to indicate which of the framework sectors they are tendering for. There is no restriction on the number of framework sectors that Tenderers may apply for or be appointed to. Each Lot will be evaluated independently, resulting in separate lists of contractors for each sector. Tenderers should refer to the Specification document for more information.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The Framework is for an initial 2yr period and has 2 Optional extension periods of 12mths each

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) Description

two.2.1) Title

Agriculture, Food and Drink

Lot No

3

two.2.2) Additional CPV code(s)

  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services
  • 79413000 - Marketing management consultancy services
  • 73110000 - Research services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79411100 - Business development consultancy services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Invest NI wishes to establish a framework of Contractors to undertake Technical Appraisals/Reviews of Research and Development (R and D) projects, when staff resources or specialist sector expertise to undertake a particular exercise are not available within Invest NI. Other Divisions from within Invest NI may, on occasions, use the Framework. The Framework will be divided into 6 Lots/Sectors. A framework list with multiple contractors will be established for each of the Sectors/Lots below: 1. Financial, Business and Professional Services 2. Advanced Manufacturing, Materials and Engineering 3. Agriculture, Food and Drink 4. Software, Digital and Creative Technologies 5. Construction and Materials Handling 6. Life and Health Sciences Tenderers are required to indicate which of the framework sectors they are tendering for. There is no restriction on the number of framework sectors that Tenderers may apply for or be appointed to. Each Lot will be evaluated independently, resulting in separate lists of contractors for each sector. Tenderers should refer to the Specification document for more information.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The Framework is for an initial 2yr period and has 2 Optional extension periods of 12mths each

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) Description

two.2.1) Title

Software, Digital and Creative Technologies

Lot No

4

two.2.2) Additional CPV code(s)

  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services
  • 79413000 - Marketing management consultancy services
  • 73110000 - Research services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79411100 - Business development consultancy services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Invest NI wishes to establish a framework of Contractors to undertake Technical Appraisals/Reviews of Research and Development (R and D) projects, when staff resources or specialist sector expertise to undertake a particular exercise are not available within Invest NI. Other Divisions from within Invest NI may, on occasions, use the Framework. The Framework will be divided into 6 Lots/Sectors. A framework list with multiple contractors will be established for each of the Sectors/Lots below: 1. Financial, Business and Professional Services 2. Advanced Manufacturing, Materials and Engineering 3. Agriculture, Food and Drink 4. Software, Digital and Creative Technologies 5. Construction and Materials Handling 6. Life and Health Sciences Tenderers are required to indicate which of the framework sectors they are tendering for. There is no restriction on the number of framework sectors that Tenderers may apply for or be appointed to. Each Lot will be evaluated independently, resulting in separate lists of contractors for each sector. Tenderers should refer to the Specification document for more information.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The Framework is for an initial 2yr period and has 2 Optional extension periods of 12mths each

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) Description

two.2.1) Title

Construction and Materials Handling

Lot No

5

two.2.2) Additional CPV code(s)

  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services
  • 79413000 - Marketing management consultancy services
  • 73110000 - Research services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79411100 - Business development consultancy services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Invest NI wishes to establish a framework of Contractors to undertake Technical Appraisals/Reviews of Research and Development (R and D) projects, when staff resources or specialist sector expertise to undertake a particular exercise are not available within Invest NI. Other Divisions from within Invest NI may, on occasions, use the Framework. The Framework will be divided into 6 Lots/Sectors. A framework list with multiple contractors will be established for each of the Sectors/Lots below: 1. Financial, Business and Professional Services 2. Advanced Manufacturing, Materials and Engineering 3. Agriculture, Food and Drink 4. Software, Digital and Creative Technologies 5. Construction and Materials Handling 6. Life and Health Sciences Tenderers are required to indicate which of the framework sectors they are tendering for. There is no restriction on the number of framework sectors that Tenderers may apply for or be appointed to. Each Lot will be evaluated independently, resulting in separate lists of contractors for each sector. Tenderers should refer to the Specification document for more information.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The Framework is for an initial 2yr period and has 2 Optional extension periods of 12mths each

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) Description

two.2.1) Title

Life and Health Sciences

Lot No

6

two.2.2) Additional CPV code(s)

  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services
  • 79413000 - Marketing management consultancy services
  • 73110000 - Research services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79411100 - Business development consultancy services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Invest NI wishes to establish a framework of Contractors to undertake Technical Appraisals/Reviews of Research and Development (R and D) projects, when staff resources or specialist sector expertise to undertake a particular exercise are not available within Invest NI. Other Divisions from within Invest NI may, on occasions, use the Framework. The Framework will be divided into 6 Lots/Sectors. A framework list with multiple contractors will be established for each of the Sectors/Lots below: 1. Financial, Business and Professional Services 2. Advanced Manufacturing, Materials and Engineering 3. Agriculture, Food and Drink 4. Software, Digital and Creative Technologies 5. Construction and Materials Handling 6. Life and Health Sciences Tenderers are required to indicate which of the framework sectors they are tendering for. There is no restriction on the number of framework sectors that Tenderers may apply for or be appointed to. Each Lot will be evaluated independently, resulting in separate lists of contractors for each sector. Tenderers should refer to the Specification document for more information.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The Framework is for an initial 2yr period and has 2 Optional extension periods of 12mths each

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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: 2022/S 000-023625

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Contract No

1

Lot No

1

Title

Financial, Business and Professional Services

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

2

Lot No

2

Title

Advanced Manufacturing, Materials and Engineering

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 November 2022

five.2.2) Information about tenders

Number of tenders received: 5

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: 5

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

five.2.3) Name and address of the contractor

TECHNOLOGIA LTD

216 HILLS ROAD

CAMBRIDGE

CB2 8PQ

Email

info@technologia.co.uk

Telephone

+44 01223740377

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: £160,000

Total value of the contract/lot: £160,000


Section five. Award of contract

Contract No

3

Lot No

3

Title

Agriculture, Food and Drink

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 November 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

DHA CONSULTING

47 OAK GRANGE, WARINGSTOWN

CRAIGAVON

BT66 7SU

Email

dhaconsulting@btinternet.com

Telephone

+44 02838882188

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

TECHNOLOGIA LTD

216 HILLS ROAD

CAMBRIDGE

CB2 8PQ

Email

info@technologia.co.uk

Telephone

+44 01223740377

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: £160,000

Total value of the contract/lot: £160,000


Section five. Award of contract

Contract No

4

Lot No

4

Title

Software, Digital and Creative Technologies

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 November 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

TECHNOLOGIA LTD

216 HILLS ROAD

CAMBRIDGE

CB2 8PQ

Email

info@technologia.co.uk

Telephone

+44 01223740377

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

JOURNEY BMC PARTNERS LIMITED

30 Upper Erne Street

DUBLIN

D02E628

Telephone

+44 353863134636

Country

Ireland

NUTS code
  • IE - Ireland
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: £160,000

Total value of the contract/lot: £160,000


Section five. Award of contract

Contract No

5

Lot No

5

Title

Construction and Materials Handling

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 November 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

TECHNOLOGIA LTD

216 HILLS ROAD

CAMBRIDGE

CB2 8PQ

Email

info@technologia.co.uk

Telephone

+44 01223740377

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

DHA CONSULTING

47 OAK GRANGE, WARINGSTOWN

CRAIGAVON

BT66 7SU

Email

dhaconsulting@btinternet.com

Telephone

+44 02838882188

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: £160,000

Total value of the contract/lot: £160,000


Section five. Award of contract

Contract No

6

Lot No

6

Title

Life and Health Sciences

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 November 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

TECHNOLOGIA LTD

216 HILLS ROAD

CAMBRIDGE

CB2 8PQ

Email

info@technologia.co.uk

Telephone

+44 01223740377

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

DHA CONSULTING

47 OAK GRANGE, WARINGSTOWN

CRAIGAVON

BT66 7SU

Email

dhaconsulting@btinternet.com

Telephone

+44 02838882188

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: £160,000

Total value of the contract/lot: £160,000


Section six. Complementary information

six.3) Additional information

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 your performance does not improve to satisfactory levels within the specified period, this... can be considered grounds for.. termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of... termination, CPD may issue a Notice.. of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple... Notices of Written Warning or a Notice of.. Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015.. (as. amended) be excluded from future public.. procurement competitions for a period of up to three years. The figure stated in V.2.4 is a.. maximum that can be spent through the framework over the full term and does not give any guarantee of any level of business that may.. be awarded under the agreement.

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.

UK

Country

United Kingdom