Opportunity

ID 5147882 DfE - Invest NI - Foreign Direct Investment Marketing Tool and Foreign Direct Investment Location Benchmarking Tool

  • Invest Northern Ireland

F02: Contract notice

Notice reference: 2023/S 000-036287

Published 8 December 2023, 4:51pm



Section one: Contracting authority

one.1) Name and addresses

Invest Northern Ireland

Bedford Square 1 Bedford Street

n/a

BT2 7ES

Contact

SSDAdmin.CPDfinance-ni.gov.uk

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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 5147882 DfE - Invest NI - Foreign Direct Investment Marketing Tool and Foreign Direct Investment Location Benchmarking Tool

Reference number

ID 5147882

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

Within Invest NI, the International Investment Division has specific responsibility for attracting and negotiating new Foreign Direct Investment for Northern Ireland. Through its network of overseas offices and contacts, Invest NI promotes the benefits of setting up in Northern Ireland. In order to ensure they have they most accurate information, the International Investment Division require access to two databases, which are being procured as part of this contract. This contract has been divided into two Lots. Lot 1, the provision of a FDI Market Intelligence Tool and Lot 2, provision of a FDI Location Benchmarking Tool. One Contractor will be awarded each lot however, there are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, or both Lots as they wish. Please see ID 5029043 Specification for further information.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Lot 1 - Provision of A FDI Market Intelligence Tool

Lot No

1

two.2.2) Additional CPV code(s)

  • 48220000 - Internet and intranet software package
  • 48610000 - Database systems
  • 48600000 - Database and operating software package
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72260000 - Software-related services
  • 72316000 - Data analysis services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Within Invest NI, the International Investment Division has specific responsibility for attracting and negotiating new Foreign Direct Investment for Northern Ireland. Through its network of overseas offices and contacts, Invest NI promotes the benefits of setting up in Northern Ireland. In order to ensure they have they most accurate information, the International Investment Division require access to two databases, which are being procured as part of this contract. This contract has been divided into two Lots. Lot 1, the provision of a FDI Market Intelligence Tool and Lot 2, provision of a FDI Location Benchmarking Tool. One Contractor will be awarded each lot however, there are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, or both Lots as they wish. Please see ID 5029043 Specification for further information.

two.2.5) Award criteria

Quality criterion - Name: AC1 Methods adn Sources of Data Collection / Weighting: 9

Quality criterion - Name: AC2 Contingency, Escalation and Training / Weighting: 9

Quality criterion - Name: AC3 Social Value / Weighting: 12

Cost criterion - Name: AC4 Total Contract Price / Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £250,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

As per Contract Documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will be awarded for an initial period of 3 years with the option to extend for 2 further periods of up to 12 months 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

Lot 2 - Provision of a FDI Location Benchmarking Tool

Lot No

2

two.2.2) Additional CPV code(s)

  • 48220000 - Internet and intranet software package
  • 48610000 - Database systems
  • 48600000 - Database and operating software package
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72260000 - Software-related services
  • 72316000 - Data analysis services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Within Invest NI, the International Investment Division has specific responsibility for attracting and negotiating new Foreign Direct Investment for Northern Ireland. Through its network of overseas offices and contacts, Invest NI promotes the benefits of setting up in Northern Ireland. In order to ensure they have they most accurate information, the International Investment Division require access to two databases, which are being procured as part of this contract. This contract has been divided into two Lots. Lot 1, the provision of a FDI Market Intelligence Tool and Lot 2, provision of a FDI Location Benchmarking Tool. One Contractor will be awarded each lot however, there are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, Tenderers may tender for one, or both Lots as they wish. Please see ID 5029043 Specification for further information.

two.2.5) Award criteria

Quality criterion - Name: AC1 Methods and Sources of Data Collection / Weighting: 9

Quality criterion - Name: AC2 Contingency, Escalation and Training / Weighting: 9

Quality criterion - Name: AC3 Social Value / Weighting: 12

Cost criterion - Name: AC4 Total Contract Price / Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £250,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

As per Contract Documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will be awarded for an initial period of 3 years with the option to extend for 2 further periods of up to 12 months 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.1.8) 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

15 January 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: 14 April 2024

four.2.7) Conditions for opening of tenders

Date

15 January 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 any / or following any extensions.

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 3 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. 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 special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR2015 as amended.

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR2015 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 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.