Tender

DfE InterTradeIreland Co-Innovate To Procure Consultants to complete Business Status Reviews

INTERTRADEIRELAND

This public procurement record has 1 release in its history.

Tender

17 May 2017 at 00:00

Summary of the contracting process

The InterTradeIreland is seeking to procure consultants to conduct Business Status Reviews as part of the DfE InterTradeIreland Co-Innovate initiative, which aims to enhance cross-border research and innovation among SMEs in Northern Ireland, the Border Region of Ireland, and Western Scotland. The contract, which is classified under the services category, is currently in the tendering stage and submissions are open until 15 June 2017. This project comprises six distinct lots covering various sectors, including Renewable Energy, Life and Health Sciences, and ICT, with all activities to be conducted in the UK.

This tender presents a valuable opportunity for businesses engaged in consulting, particularly those with expertise in the designated sectors, to expand their reach and contribute to dynamic cross-border innovation efforts. Eligible bidders may include SMEs, consultancy firms, and research organisations that can provide insights and assessments to facilitate the growth of smaller enterprises in the region. Given the open procedure for the procurement process and the potential for multiple contract awards, companies are encouraged to demonstrate their capabilities across one or more of the six lots to enhance their chances of success.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

DfE InterTradeIreland Co-Innovate To Procure Consultants to complete Business Status Reviews

Notice Description

The Co-Innovate programme is a cross border research and innovation (R & I) initiative funded under the European INTERREG VA Programme. The programme aims to increase the proportion of SMEs engaged in cross-border research and innovation in the Interreg eligible region of Northern Ireland, Border Region of Ireland and Western Scotland. InterTrade Ireland wishes to develop a framework that will be separated into 6 lots one for each of the business sectors. Lot 1-Renewable Energy Lot 2-Life and Health Sciences Lot 3-Food, beverage and agri-tech Lot 4-ICT Lot 5-Manufacturing Lot 6-Tradable Services This competition is to deliver an element of Strand 2 of the Co-Innovate Programme Business Status Review. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.

Lot Information

Renewable Energy

To Procure Consultants to complete Business Status Reviews. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.. Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.

Renewal: This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period.

Life & Health Sciences

To Procure Consultants to complete Business Status Reviews. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.. Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.

Renewal: This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period.

Food, Beverage and Agri-Tech

To Procure Consultants to complete Business Status Reviews. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.. Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.

Renewal: This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period.

ICT

To Procure Consultants to complete Business Status Reviews. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.. Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.

Renewal: This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period.

Manufacturing (other than in sectors 1-4 above)

To Procure Consultants to complete Business Status Reviews. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.. Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.

Renewal: This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period.

Tradable Services (other than in sectors 1-4 above)

To Procure Consultants to complete Business Status Reviews. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.. Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.

Renewal: This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000495889
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY283175
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

79400000 - Business and management consultancy and related services

79410000 - Business and management consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 May 20178 years ago
Submission Deadline
15 Jun 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
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
Contact Name
Not specified
Contact Email
info@co-innovateprogramme.eu
Contact Phone
+44 2830834100

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)
TLN08 Newry, Mourne and Down
Delivery Location
TLN Northern Ireland

Local Authority
Newry, Mourne and Down
Electoral Ward
Abbey
Westminster Constituency
Newry and Armagh

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY283175
    DfE InterTradeIreland Co-Innovate To Procure Consultants to complete Business Status Reviews - The Co-Innovate programme is a cross border research and innovation (R & I) initiative funded under the European INTERREG VA Programme. The programme aims to increase the proportion of SMEs engaged in cross-border research and innovation in the Interreg eligible region of Northern Ireland, Border Region of Ireland and Western Scotland. InterTrade Ireland wishes to develop a framework that will be separated into 6 lots one for each of the business sectors. Lot 1-Renewable Energy Lot 2-Life and Health Sciences Lot 3-Food, beverage and agri-tech Lot 4-ICT Lot 5-Manufacturing Lot 6-Tradable Services This competition is to deliver an element of Strand 2 of the Co-Innovate Programme Business Status Review. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.

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-r6ebe6-0000495889-2017-05-17T00:00:00Z",
    "date": "2017-05-17T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000495889",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-67",
            "name": "InterTradeIreland",
            "identifier": {
                "legalName": "InterTradeIreland"
            },
            "address": {
                "streetAddress": "The Old Gasworks Business Park, Kilmorey Street",
                "locality": "Newry",
                "region": "UKN",
                "postalCode": "BT34 2DE"
            },
            "contactPoint": {
                "email": "info@co-innovateprogramme.eu",
                "telephone": "+44 2830834100",
                "faxNumber": "+44 2830834155",
                "url": "https://etendersni.gov.uk/epps/home.do"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.intertradeireland.com"
            }
        },
        {
            "id": "org-68",
            "name": "Central Procurement Directorate",
            "address": {
                "streetAddress": "Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "region": "UKN",
                "postalCode": "BT3 9ED"
            },
            "contactPoint": {
                "email": "patrice.mcpolin@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps/home.do"
            },
            "roles": [
                "processContactPoint"
            ]
        }
    ],
    "buyer": {
        "name": "InterTradeIreland",
        "id": "org-67"
    },
    "tender": {
        "id": "852795",
        "title": "DfE InterTradeIreland Co-Innovate To Procure Consultants to complete Business Status Reviews",
        "description": "The Co-Innovate programme is a cross border research and innovation (R & I) initiative funded under the European INTERREG VA Programme. The programme aims to increase the proportion of SMEs engaged in cross-border research and innovation in the Interreg eligible region of Northern Ireland, Border Region of Ireland and Western Scotland. InterTrade Ireland wishes to develop a framework that will be separated into 6 lots one for each of the business sectors. Lot 1-Renewable Energy Lot 2-Life and Health Sciences Lot 3-Food, beverage and agri-tech Lot 4-ICT Lot 5-Manufacturing Lot 6-Tradable Services This competition is to deliver an element of Strand 2 of the Co-Innovate Programme Business Status Review. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "79410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "79410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "79410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "id": "79410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "id": "79410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "6"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "tenderPeriod": {
            "endDate": "2017-06-15T15:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-06-15T15:30:00Z"
        },
        "documents": [
            {
                "id": "MAY283175",
                "documentType": "contractNotice",
                "title": "DfE InterTradeIreland Co-Innovate To Procure Consultants to complete Business Status Reviews",
                "description": "The Co-Innovate programme is a cross border research and innovation (R & I) initiative funded under the European INTERREG VA Programme. The programme aims to increase the proportion of SMEs engaged in cross-border research and innovation in the Interreg eligible region of Northern Ireland, Border Region of Ireland and Western Scotland. InterTrade Ireland wishes to develop a framework that will be separated into 6 lots one for each of the business sectors. Lot 1-Renewable Energy Lot 2-Life and Health Sciences Lot 3-Food, beverage and agri-tech Lot 4-ICT Lot 5-Manufacturing Lot 6-Tradable Services This competition is to deliver an element of Strand 2 of the Co-Innovate Programme Business Status Review. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY283175",
                "format": "text/html"
            },
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Renewable Energy",
                "description": "To Procure Consultants to complete Business Status Reviews. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.. Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period."
                }
            },
            {
                "id": "2",
                "title": "Life & Health Sciences",
                "description": "To Procure Consultants to complete Business Status Reviews. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.. Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period."
                }
            },
            {
                "id": "3",
                "title": "Food, Beverage and Agri-Tech",
                "description": "To Procure Consultants to complete Business Status Reviews. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.. Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period."
                }
            },
            {
                "id": "4",
                "title": "ICT",
                "description": "To Procure Consultants to complete Business Status Reviews. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.. Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period."
                }
            },
            {
                "id": "5",
                "title": "Manufacturing (other than in sectors 1-4 above)",
                "description": "To Procure Consultants to complete Business Status Reviews. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.. Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period."
                }
            },
            {
                "id": "6",
                "title": "Tradable Services (other than in sectors 1-4 above)",
                "description": "To Procure Consultants to complete Business Status Reviews. Business Status Reviews will be conducted on SMEs throughout the eligible regions. They will be used to help identify companies that may then progress to an Innovation Audit stage.. Each Lot will be award to a service provider on the basis of Most Economically Advantageous Tender in line with the criteria detailed in the Specification. There is no restriction on the number of lots that Tenderers may apply for. Each lot will be evaluated independently, resulting in separate award of contract for the 6 lots.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This Framework agreement will be for a duration of three years with the option to extend for a further 12 month period."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 6
        },
        "bidOpening": {
            "date": "2017-06-15T15:30:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://etendersni.gov.uk/epps"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2017-09-13T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 100,
                "periodRationale": "na"
            }
        },
        "classification": {
            "id": "79400000",
            "scheme": "CPV"
        },
        "reviewDetails": "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.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "THIS TENDER OPPORTUNITY HAS BEEN PUBLISHED IN THE NORTHERN IRELAND TENDERING SITE - eTendersNI AND IN THE OFFICIAL JOURNAL OF THE EU - OJEU ANY INTERESTED PARTIES CAN ACCESS THE OPPORTUNITY (see Resource ID: 852795) AND SUBMIT A TENDER FOR SAME VIA THE LINK: https://etendersni.gov.uk/epps/home.do NB: THIS IS A NEW TENDERING PORTAL FOR THE N.I. PUBLIC SECTOR, THEREFORE SUPPLIERS WILL BE REQUIRED TO REGISTER IF THEY HAVEN'T ALREADY DONE SO. The project is supported by the European Union's INTERREG VA programme, managed by the Special EU Programmes Body. This tender is issued on behalf of all the Co-Innovate Project Partners - InterTradeIreland, Enterprise NI, the six border county Local Enterprise Offices, Scottish Enterprise, Highlands and Islands Enterprise and East Border Region. ------------------------------------------------------------- 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 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. (SC Ref:495889)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000495889"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}