{
    "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"
}