{
    "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"
}