Tender

DFE - InterTradeIreland - Seedcorn Investor Readiness Competition - Business Plan Markers

INTERTRADEIRELAND

This public procurement record has 1 release in its history.

Tender

22 Apr 2026 at 09:06

Summary of the contracting process

InterTradeIreland, a central government public authority applying Northern Irish devolved regulations, is seeking external assessors for the Seedcorn Investor Readiness Competition from 2026 to 2030. This service-based procurement opportunity invites participation in Newry and Belfast within the business services category including law, marketing, consulting, recruitment, printing, and security. Details of the competition include reviewing pitch decks and business plans, providing feedback, and attending decision meetings. The procurement method is an open procedure and the tender period concludes on 26 May 2026. Key dates include the enquiry period end on 19 May 2026 and award conclusion by 15 June 2026.

This tender presents substantial opportunities for businesses involved in consultancy and evaluation, especially those specialising in business development and economic research. The framework agreement allows for up to 12 participants, prioritising high-quality assessment with 70% quality and 30% cost weighting. Small and medium-sized enterprises are deemed suitable for participation. Businesses equipped to deliver investor-style assessments and manage annual timelines will find this tender beneficial for expanding their portfolio, reinforcing their industry status, and accessing further procurement opportunities within Northern Ireland’s central government procurement framework.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

DFE - InterTradeIreland - Seedcorn Investor Readiness Competition - Business Plan Markers

Notice Description

InterTradeIreland requires a panel of external assessors to support Stages 1 and 2 of the All-Island Seedcorn Investor Readiness Competition for the period 2026 to 2030. Assessors will review short-form pitch decks at Stage 1 and extended decks or full business plans at Stage 2, providing scoring and detailed written feedback via an online scoring portal. They must deliver clear, anonymous, investor-style assessments within strict annual timelines and attend mandatory moderation / decision meetings (to determine which companies progress to the next stage of the competition).

Lot Information

Lot 1

Renewal: Option to extend for two further periods of 1yr each

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-068822
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036431-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

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

79311400 - Economic research services

79410000 - Business and management consultancy services

79411100 - Business development consultancy services

79419000 - Evaluation consultancy services

Notice Value(s)

Tender Value
£579,000 £500K-£1M
Lots Value
£579,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Apr 20262 days ago
Submission Deadline
26 May 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2026 - 30 Jun 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
INTERTRADEIRELAND
Additional Buyers

CPD - SUPPLIES AND SERVICE DIVISION

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
NEWRY
Postcode
BT34 2DE
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
Not specified

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-068822-2026-04-22T10:06:48+01:00",
    "date": "2026-04-22T10:06:48+01:00",
    "ocid": "ocds-h6vhtk-068822",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PZBY-5224-MBBM",
            "name": "InterTradeIreland",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZBY-5224-MBBM"
            },
            "address": {
                "streetAddress": "Old Gasworks Business Park, Kilmorey Street",
                "locality": "Newry",
                "postalCode": "BT34 2DE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN08"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PVWG-8426-YWXV",
            "name": "CPD - Supplies and Service Division",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVWG-8426-YWXV"
            },
            "address": {
                "streetAddress": "Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Construction and Procurement Delivery - Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland."
        }
    ],
    "buyer": {
        "id": "GB-PPON-PZBY-5224-MBBM",
        "name": "InterTradeIreland"
    },
    "tender": {
        "id": "ID 6372508",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "DFE - InterTradeIreland - Seedcorn Investor Readiness Competition - Business Plan Markers",
        "description": "InterTradeIreland requires a panel of external assessors to support Stages 1 and 2 of the All-Island Seedcorn Investor Readiness Competition for the period 2026 to 2030. Assessors will review short-form pitch decks at Stage 1 and extended decks or full business plans at Stage 2, providing scoring and detailed written feedback via an online scoring portal. They must deliver clear, anonymous, investor-style assessments within strict annual timelines and attend mandatory moderation / decision meetings (to determine which companies progress to the next stage of the competition).",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79410000",
                        "description": "Business and management consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79419000",
                        "description": "Evaluation consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79411100",
                        "description": "Business development consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311400",
                        "description": "Economic research services"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 694800,
            "amount": 579000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 12,
                "method": "withoutReopeningCompetition",
                "type": "closed",
                "description": "Call off contracts will initially be offered to the Most Advantageous Tenderer, ranked highest on the framework. This process will continue sequentially down the ranked framework until the required number of Assessors has been appointed to form the panel. InterTradeIreland will proceed to the next ranked Assessor if: 1. the initially approached Assessor has an actual or perceived conflict of interest; or 2. the Assessor does not respond to the offer of work within 3 working days; or 3. the Assessor confirms that it does not have the capacity to undertake the work within 13 working days of the request; or 4. the Assessor has been suspended or removed from the Call off list in accordance with Schedule 2 (Framework Monitoring) of the Terms and Conditions for Framework Arrangements. This process will continue until the list of Assessors has been exhausted. For the avoidance of doubt, where an Assessor declines or is unable to undertake a specific Call off contract, this will not affect their ranking for the purposes of subsequent Call off awards. Future Call off contracts will again be offered to the highest ranked available Assessor."
            }
        },
        "submissionMethodDetails": "Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below. Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer. The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-26T15:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-05-19T15:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-15T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 694800,
                    "amount": 579000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "70 percent quality and 30 percent cost",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "AC1 - Personnel Experience",
                            "description": "As per Tender Documentation Weighting - 70%"
                        },
                        {
                            "type": "cost",
                            "name": "AC2 - Daily Rates",
                            "description": "As per Tender Documentation Weighting - 30%"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As per Tender documentation"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2029-06-30T23:59:59+01:00",
                    "maxExtentDate": "2031-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for two further periods of 1yr each"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "036431-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/036431-2026",
                "datePublished": "2026-04-22T10:06:48+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/articles/account-ni-good-invoicing-practice Contract Value The estimated value figure indicated in the Scope Section represents an overall estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and a Supplier shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority."
        }
    },
    "language": "en"
}