Contract notice - utilities

Information

Published

Date of dispatch of this notice: 14/05/2019

Expire date: 15/06/2019

External Reference: 2019-282195

TED Reference: 2019/S 094-228345

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

daa plc
N/A
Dublin Airport
Dublin
Co Dublin
IE
Contact person: Jane Hughes
Telephone: +353 019449802
Internet address(es):
Main address: http://www.daa.ie

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=147061&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Airport-related activities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Market Research Services
Reference number:  P17204
II.1.2)

Main CPV code

79310000  -  Market research services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority wishes to put in place a Framework Agreement of suitably qualified Service Provider/s (hereafter referred to as the Contractor) for the provision of Market Research Services at Cork/Dublin Airport to act on behalf of the Contracting Authority in carrying out these services.
Requirements will be broken down into 3 lots, detailed as follows:
• Lot 1 - Single Party Framework Agreement - Passenger Tracking and Mobility Research (Dublin) & Passenger Tracking and ACI ASQ (Cork)
• Lot 2 - Single Party Framework Agreement - Customer Service Monitor and ACI ASQ (Dublin)
• Lot 3 – Single Party Framework Agreement – Airport Purchasing Behaviour (Dublin Airport)
II.1.5)

Estimated total value

Value excluding VAT: 2750000.00  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

Passenger Tracking and Mobility Research (Dublin) & Pa
Lot No:  1
II.2.2)

Additional CPV code(s)

73110000  -  Research services
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79340000  -  Advertising and marketing services
79342000  -  Marketing services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Lot 1 - Single Party Framework Agreement - Passenger Tracking and Mobility Research (Dublin) & Passenger Tracking and ACI ASQ (Cork)
Passenger Tracking Survey
The Passenger Tracking Survey is a large scale (> 20K interviews p.a.), quantitative, face to face study conducted among passengers onsite and Dublin and Cork Airports.
The key objective of the survey is to provide market information of the travelling public on scheduled and charter flights.
Staff Mobility Survey
This survey is a quantitative study conducted once a year onsite and online among Dublin Airport staff only. It consists of two different methodologies; a face-to-face interview and an online questionnaire. (sample ~ 600 interviews).
ACI ASQ (Airport Council International Airport Service Quality) – Cork Airport
This survey is a face to face quantitative study conducted onsite among Cork Airport passengers.
Objective:
An international benchmarking survey providing a benchmark of service delivery in Cork Airport.
The requirements from an agency include;
• Most up to date quantitative research methods
• Adequate numbers of fieldwork staff
• Survey design – sample and questionnaire design
• Survey management
• Analysis & interpretation expertise
• Proactively supporting the client in making research-based business decisions
• Strategic Planning capability to optimise value derived from the research e.g. segmentation
• Business partner approach to analysis and presentation of actionable insight and value add
• Innovation in reporting and presentation formats
• Ability to conduct research in international markets, via internal capability or association
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: 1600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The proposed duration is 3 years with an option to rollover for 2 years.
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

Customer Service Monitor and ACI ASQ (Dublin)
Lot No:  2
II.2.2)

Additional CPV code(s)

73110000  -  Research services
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79340000  -  Advertising and marketing services
79342000  -  Marketing services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Lot 2 - Single Party Framework Agreement - Customer Service Monitor and ACI ASQ (Dublin)
Customer Service Monitor
The Customer Service monitor is (~ 9K interviews p.a.), quantitative, face to face study conducted among arriving and departing passengers onsite at Dublin Airports.
Objective
The Customer Service Monitor provides a managed, tracked measurement of customer experience.
Establish what the key drivers for customer satisfaction are
Establish how well the airport performs on these key drivers
Assist in identifying what action needs to be taken to improve service delivery to customers
ACI ASQ (Airport Council International Airport Service Quality) – Dublin Airport
This survey is a face to face quantitative study conducted onsite among Dublin Airport passengers.
Objective:
An international benchmarking survey providing a benchmark of service delivery in Dublin Airport against other airports and is currently used to assess Dublin Airport performance relative to Commission for Aviation Regulation (CAR) targets for specified customer service indicators.
Extended Arrivals (Landside) Study
To understand satisfaction levels with and needs/expectations of ground transportation at Dublin Airport.
Ground Transportation includes taxis and buses/coaches
The requirements from an agency for the studies include;
• Most up to date quantitative research methods
• Adequate numbers of fieldwork staff
• Survey design – sample and questionnaire design
• Survey management
• Analysis & interpretation expertise
• Customer experience and best practice expertise
• Proactively supporting the client in making research-based business decisions
• Strategic Planning capability to optimise value derived from the research e.g. segmentation
• Business partner approach to analysis and presentation of actionable insight and value add
• Innovation in reporting and presentation formats
• Ability to conduct research in international markets, via internal capability or association
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: 600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The proposed duration is 3 years with an option to rollover for 2 years.
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

Airport Purchasing Behaviour (Dublin Airport)
Lot No:  3
II.2.2)

Additional CPV code(s)

73110000  -  Research services
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79340000  -  Advertising and marketing services
79342000  -  Marketing services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Lot 3 – Single Party Framework Agreement – Airport Purchasing Behaviour (Dublin Airport)
Airport Purchasing Behaviour
This is a quantitative, face to face study conducted among departing passengers onsite at Dublin Airport.
Objective
To monitor passenger Food & Beverage and Retail purchasing behaviour at Dublin Airport to optimise customer experience and maximise the potential of all commercial outlets.
The requirements from an agency for the studies include;
• Most up to date quantitative research methods
• Adequate numbers of fieldwork staff
• Survey design – sample and questionnaire design
• Survey management
• Analysis & interpretation expertise
• Customer experience and best practice expertise
• Commercial research experience
• Proactively supporting the client in making research-based business decisions
• Strategic Planning capability to optimise value derived from the research e.g. segmentation
• Business partner approach to analysis and presentation of actionable insight and value add
• Innovation in reporting and presentation formats
• Ability to conduct research in international markets, via internal capability or association
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: 450000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The proposed duration is 3 years with an option to rollover for 2 years.
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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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:  15/06/2019
Local time:  12:00
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

Tender must be valid until:  16/09/2019

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
60 months
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Dublin
IE