Contract notice

Information

Published

Date of dispatch of this notice: 17/07/2019

Expire date: 12/08/2019

External Reference: 2019-206731

TED Reference: 2019/S 139-342603

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Design & Crafts Council of Ireland
N/A
Castle Yard
Kilkenny
IE
Contact person: Brian McGee
Telephone: +353 567761804
Internet address(es):
Main address: http://www.dccoi.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=150577&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.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single Party Framework Agreement for Event Management Services for the Trade Fair Showcase Project
II.1.2)

Main CPV code

79952000  -  Event services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Design and Crafts Council of Ireland wishes to establish a framework agreement for management services for the Showcase Ireland tradeshow held on a yearly basis in January of each year. Showcase - Ireland’s Creative Expo® is licensed by DCCoI and delivered currently by Showcase Ireland Events Ltd. Showcase works closely with Enterprise Ireland, to promote the show internationally, and with the Local Enterprise Offices nationwide, to present new talent from around Ireland. In 2018, attending buyers placed B2B sales orders of €23.9 million over the 4 days, an increase of 12.7% over the previous year, equating to annual revenues of €152.5 million for 400 exhibitors. Trade buyers of fashion, jewellery and home & giftware products attend Showcase at the RDS to source new and exciting products from over 430 exhibitors, mainly from the island of Ireland. www.showcaseireland.com.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

79950000  -  Exhibition, fair and congress organisation services
79956000  -  Fair and exhibition organisation services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin or other locations throughout Ireland
II.2.4)

Description of the procurement

The Design and Crafts Council of Ireland wishes to establish a framework agreement for management services for the Showcase Ireland tradeshow held on a yearly basis in January of each year. Showcase - Ireland’s Creative Expo® is licensed by DCCoI and delivered currently by Showcase Ireland Events Ltd. Showcase works closely with Enterprise Ireland, to promote the show internationally, and with the Local Enterprise Offices nationwide, to present new talent from around Ireland. In 2018, attending buyers placed B2B sales orders of €23.9 million over the 4 days, an increase of 12.7% over the previous year, equating to annual revenues of €152.5 million for 400 exhibitors. Trade buyers of fashion, jewellery and home & giftware products attend Showcase at the RDS to source new and exciting products from over 430 exhibitors, mainly from the island of Ireland. www.showcaseireland.com.
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: 1000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Subject to that number qualifying, 3 firms will be invited to tender stage.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract will be for a 3 year period with the option to extend for a further 2 years, subject to successful review, satisfactory performance and budget availability.
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 qualification questionnaire available to download from www.etenders.gov.ie using RFT ID 154197.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Will be made available at tender stage.
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

Competitive procedure with negotiation
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:  The subject matter of the competition is classified as a Title III service and therefore as per the Directive, the rules permit the flexibility to award a longer term framework.
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/08/2019
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/09/2019
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 : 24  (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

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: www.courts.ie

VI.4.4)

Service from which information about the review procedure may be obtained

Consult a legal advisor
x
IE