Tender

ID 5315228 - DfE - InterTradeIreland - Website Development Support and Maintenance

  • InterTradeIreland

F02: Contract notice

Notice identifier: 2024/S 000-034263

Procurement identifier (OCID): ocds-h6vhtk-04b065

Published 23 October 2024, 10:14am



Section one: Contracting authority

one.1) Name and addresses

InterTradeIreland

Kilmorey Street

Newry,

BT34 2DE

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.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 5315228 - DfE - InterTradeIreland - Website Development Support and Maintenance

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

InterTradeIreland is the All-Island Economic Development Agency. As one of the cross-border bodies established under the Belfast Good Friday Agreement, InterTradeIreland is funded by the Department of Enterprise, Trade and Employment in Ireland and the Department for the Economy (DfE) in Northern Ireland. The InterTradeIreland website serves as a crucial tool for communicating the organisation's mission, services, and offerings to cross-border companies, key stakeholders, and the wider public. It holds substantial significance as the primary interface representing the organisation to the public. Currently, the website garners an average of over 10,000 sessions per month. InterTradeIreland seeks an experienced web provider capable of managing, hosting, and providing support, maintenance, and future development services for its current website, which is required to operate on the Craft content management system (CMS) to deliver the functionality as detailed in this specification. The initial contract period is for 3 years with 2 further optional extension period of up to 1 year each. Please refer to the document entitled “ID 5315228 – Schedule 2 (Specification)” for full details of the requirement.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72400000 - Internet services
  • 72500000 - Computer-related services
  • 48000000 - Software package and information systems
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48600000 - Database and operating software package
  • 48800000 - Information systems and servers
  • 48780000 - System, storage and content management software package
  • 72212780 - System, storage and content management software development services
  • 72212783 - Content management software development services
  • 48612000 - Database-management system
  • 72212600 - Database and operating software development services
  • 72212610 - Database software development services
  • 72212224 - Web page editing software development services
  • 72212213 - Operating system enhancement software development services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

InterTradeIreland is the All-Island Economic Development Agency. As one of the cross-border bodies established under the Belfast Good Friday Agreement, InterTradeIreland is funded by the Department of Enterprise, Trade and Employment in Ireland and the Department for the Economy (DfE) in Northern Ireland. The InterTradeIreland website serves as a crucial tool for communicating the organisation's mission, services, and offerings to cross-border companies, key stakeholders, and the wider public. It holds substantial significance as the primary interface representing the organisation to the public. Currently, the website garners an average of over 10,000 sessions per month. InterTradeIreland seeks an experienced web provider capable of managing, hosting, and providing support, maintenance, and future development services for its current website, which is required to operate on the Craft content management system (CMS) to deliver the functionality as detailed in this specification. The initial contract period is for 3 years with 2 further optional extension period of up to 1 year each. Please refer to the document entitled “ID 5315228 – Schedule 2 (Specification)” for full details of the requirement.

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: £500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This Contract is for an initial period of 3 years with 2 further optional extension periods of up to

1 year each

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Contract is for an initial period of 3 years with 2 further optional extension periods of up to

1 year 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.2.14) Additional information

NOTE: This procurement opportunity has also been advertised as a PIN notice via eTenders.ie


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 November 2024

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 February 2025

four.2.7) Conditions for opening of tenders

Date

22 November 2024

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions

six.3) Additional information

Contract Monitoring. Contract monitoring: the successful contractor’s performance on the. contract will be 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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may 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 Authority expressly reserves the rights: (I). not to award any contract as a result of the procurement process commenced by publication of this notice; (II). to make whatever changes it may see fit to the content and structure of the tendering Competition; (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and (IV). to award contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates.

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 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 the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.