By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

InterTradeIreland - Delivery of the Innovation Challenge Programme.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

InterTradeIreland
The Old Gasworks Business Park, Kilmorey Street
For the attention of: Anthony Murphy
BT34 2DE Newry
UNITED KINGDOM
Telephone: +44 2890816843
E-mail:

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
InterTradeIreland - Delivery of the Innovation Challenge Programme.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services

NUTS code UKN

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
InterTradeIreland - Delivery of the Innovation Challenge Programme.
II.1.6)Common procurement vocabulary (CPV)

79000000, 79411000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
InterTradeIreland is the cross-border Trade and Business Development implementation body set up under the terms of the British-Irish Agreement of 10th April 1998. The body came into operation in December 1999.
InterTradeIreland requires the services of a suitably competent consultant or group of consultants (hereafter referred to as the Delivery Agent) to deliver the rollout of the InterTradeIreland Innovation Challenge Programme aimed at markedly improving the competitiveness and profitable growth of companies based on an improved and sustainable innovation management capability.
The purpose of the InterTradeIreland Innovation Challenge Programme is to develop a highly productive innovation capability by embedding the key thinking, practices and tools of innovation management in participating companies. It is expected to achieve a transformative change in innovation culture, management capability and performance by embedding best practice in innovation management.
Following the completion of a two phase pilot programme in June 2012 and August 2013, the objective of this tender is to identify a Delivery Agent to deliver a full rollout of the InterTradeIreland Innovation Challenge Programme. This rollout is expected to commence in January 2014, to recruit participant companies over the period 2014 - 2016 and complete in 2017.
Estimated value excluding VAT: 582 500 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As per tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per tender documentation.
Minimum level(s) of standards possibly required: As per tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per tender documentation.
Minimum level(s) of standards possibly required:
In order to pass the selection stage, tenderers must demonstrate they meet the following minimum standards of technical or professional ability.
Minimum Standards of Technical or Professional Ability.
When responding to Selection Criteria 1 [SC-1] and Selection Criteria 2 [SC-2}, Prospective tenderers must reference at least 2 previous examples demonstrating direct relevant experience of having managed and delivered a business improvement or business growth or innovation programme to a minimum of 12 companies over a period of 6 months or more.
The examples used must have been completed within the last 3 years.
In their responses the service provider must clearly identify the members of staff responsible for delivering on this project, details of their involvement on the referenced examples and the relevance of these examples to this Innovation Challenge Programme. The responses must include the project title, project objectives and detail of the projects undertaken, methodology used, the individual's roles and responsibilities within the project, output/outcomes of the project, start and finish dates of the project, number of days allocated to the project and project budget.
Please Note: Only projects which were awarded to the tenderer and delivered by personnel nominated to work on this project should be given.
Responses to each bullet point in SC - 1 and SC - 2 below must not exceed 2 sides of an A4 page - Font size Arial 12. Anything in excess of this page limit will not be evaluated.
[SC-1] Project Manager
The proposed Project Manager (Project Lead) must demonstrate having the following experience:
- Experience of significantly contributing to at least 2 projects in the last 3 years, which must have been focused on mentoring an SME in the Manufacturing or Service sectors. The examples must demonstrate how the SME's performance and innovation capabilities improved as a result.
- Experience on leading at least 2 business improvement or business growth or innovation programmes in the last 3 years, to a minimum of 12 companies over a period of 6 months or more.
[SC-2] Key Delivery Personnel
Each of the proposed Key Delivery Personnel must demonstrate having the following experience:
- Experience of significantly contributing to at least 2 projects in the last 3 years, which must have been focused on mentoring an SME in the Manufacturing or Service sectors. The examples must demonstrate how the SME's performance and innovation capabilities improved as a result.
- Experience of significantly contributing to at least 2 business improvement or business growth or innovation programmes in the last 3 years, to a minimum of 12 companies over a period of 6 months or more.
Tenderers should note that "within the last 3 years” refers to within 3 years from the closing date of this tender competition.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Project_14278
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 6.1.2014 - 14:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
6.1.2014 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 6.1.2014 - 15:01
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: CPD Personnel.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click ‘continue' - Enter your correct business and user details - Note the username you chose and click ‘Save' when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the ‘PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the ‘Express Interest' button at the top of the page. - This will move the PQQ /ITT into your ‘My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITT Details' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: CPD will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Public Contracts Regulations 2006 (SI 2006 No 5)/ Utilities Contracts Regulations (SI 2005 No 6) ***(DELETE AS APPROPRIATE)*** provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
13.11.2013