{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05ef6d-2026-03-10T16:03:39Z",
    "date": "2026-03-10T16:03:39Z",
    "ocid": "ocds-h6vhtk-05ef6d",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "080042-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/080042-2025",
                "datePublished": "2025-12-05T10:53:54Z",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PZBY-5224-MBBM",
            "name": "InterTradeIreland",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZBY-5224-MBBM"
            },
            "address": {
                "streetAddress": "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": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PVWG-8426-YWXV",
            "name": "CPD - Supplies and Services 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",
            "details": {
                "url": "https://www.finance-ni.gov.uk/topics/procurement"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PZBY-5224-MBBM",
        "name": "InterTradeIreland"
    },
    "tender": {
        "id": "ID 6217796",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "ID 6217796 DFE - InterTradeIreland Supply Chain Programme",
        "description": "InterTradeIreland is the All-Island Trade and Business Development Body and is the only organisation that has been given responsibility by both governments to boost North-South economic cooperation to the mutual benefit of Ireland and Northern Ireland. The agency's remit is to 'exchange information and coordinate work on trade, business development and related matters, in areas where the two administrations specifically agree it would be in their mutual interest.' InterTradeIreland require an All-Island Supply Chain Support Programme that will offer an integrated suite of supports within a cohesive framework / brand proposition. It will be a structured programme offering both \"Upstream\" and \"Downstream\" support for businesses. Suppliers should refer to the ID 6217796 Specification Schedule for full detail on the requirements of this contract.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79410000",
                        "description": "Business and management consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79411100",
                        "description": "Business development consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80510000",
                        "description": "Specialist training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80521000",
                        "description": "Training programme services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80530000",
                        "description": "Vocational training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 2516400,
            "amount": 2097000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "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": "2026-04-17T15:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-08T15:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-05-12T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "contractPeriod": {
                    "startDate": "2026-05-22T00:00:00+01:00",
                    "endDate": "2029-05-21T23:59:59+01:00"
                },
                "value": {
                    "amountGross": 2516400,
                    "amount": 2097000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "There is a 70 - 30 split for this procurement. 70% quality and 30% cost. This competition includes Conditions of Participation - Company Experience on a Pass / Fail basis. Please refer to the Instructions to Tender document for further information on all criteria.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "AC1 Implementation Plan for Upstream Aspect",
                            "description": "10.5%"
                        },
                        {
                            "type": "quality",
                            "name": "AC2 Implementation Plan for Downstream Aspect",
                            "description": "19.6%"
                        },
                        {
                            "type": "quality",
                            "name": "AC3 Large Company Engagement",
                            "description": "19.6%"
                        },
                        {
                            "type": "quality",
                            "name": "AC4 Contract and Account Management",
                            "description": "4.9%"
                        },
                        {
                            "type": "quality",
                            "name": "AC5 Business Continuity and Contingency",
                            "description": "4.9%"
                        },
                        {
                            "type": "quality",
                            "name": "AC6 Social Value",
                            "description": "10.5%"
                        },
                        {
                            "type": "price",
                            "name": "AC7 Total Contract Cost",
                            "description": "30%"
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-06T23:59:59+00:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "021466-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/021466-2026",
                "datePublished": "2026-03-10T16:03:39Z",
                "format": "text/html"
            }
        ],
        "riskDetails": "The Contracting Authority has identified the following risks as risks that satisfy the criteria of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could jeopardise the satisfactory performance of the contract but, because of its/their nature, cannot be addressed in the contract as awarded: 1. Delays to the delivery of services due to complexity, stakeholder and Subject Matter Expertise If at any time during the procurement, or post award, it comes to the attention of the Contracting Authority (CA) or CPD, by whatever means, that a Supplier has become 'excluded' or 'excludable' as per Sec 57 of the PA 2023, the CA, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded. Insert appropriate reservations of rights and disclaimers of liability here consider - e.g. The Contracting 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."
    },
    "language": "en"
}