Contract notice

Information

Published

Date of dispatch of this notice: 23/02/2017

Expire date: 28/03/2017

External Reference: 2017-735556

TED Reference: 2017/S 040-073112

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Tourism Ireland Limited
N/A
5th Floor - Bishop's Square, Redmond's Hill
D02 TD99
Dublin
IE
Contact person: Hannah Hughes
Telephone: +353 14763474
Fax: +353 014763642
NUTS code:  IE -  IRELAND
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=108959&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the following address: 
Tourism Ireland
Beresford House, 2 Beresford Road
Coleraine
BT52 1GE
UK
NUTS code:  UKN -  NORTHERN IRELAND
Internet address(es):
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Tourism - Destination Marketing

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Distribution & Warehousing Services
Reference number:  CT-2017-DIS-1
II.1.2)

Main CPV code

79824000  -  Printing and distribution services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Tourism Ireland wishes to procure the services of logistics partner who will take responsibility for co-ordinating and distributing the marketing literature and supporting material from its printers to its warehouses in overseas markets. The appointed logistics provider will also take responsibility for the distribution of the marketing literature via marketing channels within the Great Britain & European markets.
II.1.5)

Estimated total value

Value excluding VAT: 1780000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Bulk Storage and Distribution of Literature
Lot No:  1
II.2.2)

Additional CPV code(s)

63120000  -  Storage and warehousing services
63122000  -  Warehousing services
64121100  -  Mail delivery services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Tourism Ireland's Coleraine Office
II.2.4)

Description of the procurement

LOT ONE: Bulk Storage and Distribution of Literature, i.e. at a carton or pallet level to the warehouse / hub, local offices, business partners, travel agencies and exhibitions
Tourism Ireland requires delivery of material mainly but not exclusively within the following countries:
Ireland, United Kingdom, France, Germany, Spain, Italy, The Netherlands, Belgium, Switzerland, and Austria.
The expected service level/lead time for bulk distribution of literature is:
Delivery to Local office/trade partner: Within 5 working days of order being placed.
Exhibition Orders: Must be delivered at the specified time and location.
Bulk Storage and Distribution of Literature to Tourism Ireland’s overseas warehouses / hubs. Delivery is required to warehouses and offices in UK, Europe, USA, Canada, Australia, New Zealand, Dubai, China, and India
The expected service level/lead time for bulk distribution of literature is
GB Destinations – 3 – 5 working days.
European destinations – 3-5 working days.
USA - 15 days including customs clearance.
Canada - 21 days including customs clearance.
Australia /New Zealand -49 days including customs clearance (3-5 days air freight)
China / Dubai/ India –. 3-5 working days air freight
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1380000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Evidence of contracts of a similar size, scope and geographical spread undertaken in the last 3 years [including the names, positions and contact details of managerial reference names in each instance]
Adequate resources to fulfil the requirements
Reporting and IT Capabilities
Previous relevant experience of proposed account management team
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Consumer Mail Fulfilment
Lot No:  2
II.2.2)

Additional CPV code(s)

63120000  -  Storage and warehousing services
63122000  -  Warehousing services
64121100  -  Mail delivery services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Tourism Ireland's Coleraine Office
II.2.4)

Description of the procurement

LOT TWO: Mail Fulfilment of marketing literature to consumers in GB and Europe. Approximately 30,000 orders per year (75,000 brochures )
It is expected that consumer orders will be fulfilled as follows:
Delivery to Consumer: A maximum period of 10 days between order being placed and consumers receipt of literature.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Evidence of contracts of a similar size, scope and geographical spread undertaken in the last 3 years [including the names, positions and contact details of managerial reference names in each instance]
Adequate resources to fulfil the requirements
Reporting and IT Capabilities
Previous relevant experience of proposed account management team
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please refer to the supporting documentation.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
A grouping if successful must contract as a single entity, having joint and several liability.
Minimum level(s) of standards possibly required:  
Requests to Participate will be evaluated in three sequential steps:
Step 1: Completeness of Request to Participation;
Step 2: Satisfaction with the financial standing of the Supplier
In order to be deemed suitable for evaluation under Step 3, Suppliers must demonstrate that they have robust financial standing by providing:
• Audited accounts or balance sheets for the past 3 financial years or if unavailable, an acceptable explanation as to why they are unavailable. Reluctance or failure to supply audited accounts is not deemed to be an acceptable explanation.
• Statement of overall turnover and turnover on services to which the contract relates for the past 3 financial years.
Step 3: Those Suppliers whose Requests to Participate are deemed to be complete and who have demonstrated satisfactory financial standing will be evaluated against the Suitability Criteria.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the supporting documentation.
Minimum level(s) of standards possibly required:  
Please refer to the supporting documentation.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the supporting documentation.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  28/03/2017
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Duration of the Framework Agreement: It is anticipated that the Framework Agreement will commence during January 2018 for a period of 3 years [subject to satisfactory performance, budget and other factors] with an option at the sole discretion of Tourism Ireland to extend annually for up to a further 1 year.
This is the first stage in a two-stage restricted procedure. Following evaluation of Requests to Participate received, a minimum of five shortlisted candidates will be invited to submit a detailed tender proposal.
Tourism Ireland requires all Requests to Participate to adopt the standard, prescribed format as detailed in the Response Document. The Request to Participate document setting out this required format is available on www.etenders.gov.ie
Requests to Participate (4 copies plus 1 soft copy by email) must be delivered as per the Instructions.
Tourism Ireland will not accept or consider Requests to Participate delivered after this deadline.
Tourism Ireland will not accept responsibility for Requests to Participate that are lost or damaged in the post.
Tourism Ireland will not be responsible for costs, charges or expenses incurred by applicants, whether or not a final contract is awarded.
Tourism Ireland is subject to the provisions of the Code of Practice on Freedom of Information for North South Implementation Bodies and Tourism Ireland, which is available on Tourism Ireland‘s website.
Award of the Contract will be subject to approval by the Board of Tourism Ireland.
The contract will be subject to Irish law.
Tourism Ireland reserves the right without advance notice (and without giving reasons unless so required by law and without liability to the applicants) to amend or otherwise change the process or to terminate the process.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Dublin
IE

VI.5)

Date of dispatch of this notice

23/02/2017