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

InterTradeIreland Fusion V Programme.

Contract award 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, Newry, Co. Down
For the attention of: Tony Harvey
BT34 2DE Belfast
UNITED KINGDOM
E-mail:

Internet address(es):

Address of the buyer profile: https://etendersni.gov.uk/epps

Electronic access to information: https://etendersni.gov.uk/epps

Electronic submission of tenders and requests to participate: https://etendersni.gov.uk/epps

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
InterTradeIreland Fusion V 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 framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)

The Fusion programme is the flagship project within InterTradeIreland's Innovation portfolio. Fusion seeks to embed innovation capability within businesses through collaboration with knowledge centres and the development of graduates. The expected Contractor targets are: To conduct 180 Fusion Readiness Assessments per annum (900 in total), 10 percent of these will be conducted by ITI staff; To support at least 7 companies in year 1 and 15 companies per annum thereafter (67 in total) to complete successful applications for small scale consultancy; To develop and support sufficient partnerships (allowing for drop off) to ultimately complete: 15 x 12 month project partnerships per annum (75 in total); and 30 x 18 month project partnerships per annum (150 in total). These projects must be supported through to completion. Following award of the contract, delivery and costing schedules will be agreed with ITI. Please note that budget availability, constraints will determine the actual number of projects which can be delivered. The targets quoted above are realistic but are subject to change and may be altered resulting in either more or less activity. In addition to meeting the Smart targets above, InterTradeIreland and therefore the contractor must ensure that the programme is well balanced and achieves a good overall outcome. The projects supported should represent the best prospects across the island, while ensuring that the following targets are met. Ensure that approximately 2-3rds of projects are from ROI-based businesses and 1-3rd from NI-based businesses; Ensure that approximately 2-3rds of projects fall within the New Product, Service, Process Development category; Ensure that a minimum of 40 percent of participating SMEs have not participated on other Public Sector funded R and D Programmes with academia on a cross-border basis; Achieve sustainable employment for a minimum of 60 percent of graduates within the participant businesses; and Achieve a Return on Expenditure on InterTradeIreland's investment of 9:1.

II.1.5)Common procurement vocabulary (CPV)

79411100, 73220000, 79410000, 79400000, 79411000, 72221000, 79990000, 79000000, 79900000, 79600000, 79610000, 79621000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 2 598 272 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. AC 1 - programme director experience. Weighting 10
2. AC 2 - office manager experience. Weighting 6
3. AC 3 - plan to recruit eligible SME's. Weighting 15
4. AC 4 - implementation plan to conduct the Fusion readiness assessments. Weighting 5
5. AC 5 - small scale consultancy. Weighting 5
6. AC 6 - engagement with knowledge centres and the selection process. Weighting 12
7. AC 7 - screening project / supporting companies / academics / appropriate duration. Weighting 10
8. AC 8 - management of the recruitment process. Weighting 15
9. AC 9 - support and monitoring of partnerships. Weighting 10
10. AC 10 and 11 - feasible key task analysis and staff input structure and contingency plan. Weighting 12
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
113598
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2015/S 209-379882 of 28.10.2015

Section V: Award of contract

Contract No: 1 Lot title: IntertradeIreland Fusion V Programme
V.1)Date of contract award decision:
23.12.2015
V.2)Information about offers
Number of offers received: 1
Number of offers received by electronic means: 1
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Helix Innovation Partnerships Ltd
Unit 2, Old Gasworks Business Park
BT34 2DH Newry
UNITED KINGDOM
Telephone: +44 02830260700
Fax: +44 02830269542

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 2 600 000 GBP
Excluding VAT
Total final value of the contract:
Value: 2 598 270 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
11.1.2016