Contract notice

Information

Published

Date of dispatch of this notice: 11/10/2019

Expire date: 12/11/2019

External Reference: 2019-211605

TED Reference: 2019/S 199-483842

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Fáilte Ireland-National Tourism Development Authority
N/A
88-95 Amiens Street
Dublin
Dublin 1
IE
Contact person: Procurement Unit
Telephone: +353 18847800
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=155222&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

Research Framework Agreements
Reference number:  CP./2019/01/02/03
II.1.2)

Main CPV code

73210000  -  Research consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Fáilte Ireland is seeking to establish three Framework Agreements for the provision of Research Services. The successful tenderer will comprise a multi-disciplinary team which can comprehensively provide all the inputs and expertise necessary to deliver the requirements to the highest quality. Please note that this Qualification Questionnaire is for all 3 lots.
The tender is being issued for a Framework for the Consumer Planning and Insights (CP&I) department in Failte Ireland.
The three lots that will operate under this Framework are:
• Lot 1: Primary Strategic Insights and Supplier
o one supplier who will be appointed to Failte Ireland to partner on research and insight development and on strategically significant projects.
• Lot 2: Consumer and Business Insights and Research Suppliers
o suppliers who will be appointed for fixed term / once off research projects.
• Lot 3: Specialist Consumer Insights and Research Suppliers
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  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

Single Party Framework for a Primary Strategic Insights and Research Partner
Lot No:  1
II.2.2)

Additional CPV code(s)

73110000  -  Research services
73200000  -  Research and development consultancy services
79310000  -  Market research services
79311400  -  Economic research services
II.2.3)

Place of performance

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

Description of the procurement

Lot 1: Primary Strategic Insights and Research Supplier
The type of projects that a supplier in Lot 1 will could be asked to work on include, but are not limited to, the following:
• Market segmentation
• White space and commercial opportunity quantification
• Advertising testing and diagnostics with a comprehensive global norms database
• Innovation research from Stage 0 (ideation) through to Stage 5 (commercialisation); this will include research on any one stage at a time or multiple stages
• New market understanding and potential
• Brand and Behaviour Tracking
• Advertising tracking
• Other tracking as required
• Partner on innovative research tools
• Development of bespoke Failte Ireland methodologies
• A variety of ad hoc projects
The supplier is expected to have:
• A full suite of both qualitative and quantitative tools and skills
• An expertise in cognitive psychology and neuro systems research which is applied to their research
• Bespoke research tools that are globally recognised as best practice
• Expertise in AI
• Ongoing innovation in research methodologies and core tools
• A strong track record of research in Tourism and Hospitality in not just the island of Ireland but also in global markets with a specific focus on GB, the USA, and Europe. Experience in working in China is also desirable
• Access to a global online panel which has the ability to deliver on Failte Ireland’s sample requirements, from 16years+ and across key demographics
• A field work team capable of working in situ doing f2f interviews when necessary
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: 10000000.00  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 minimum number: 3  /  Maximum number: 5
Objective criteria for choosing the limited number of candidates:
As stated in the Qualification Questionnaire available for downloading from www.etenders.gov.ie.
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

Multi-Party Framework for Consumer and Business Insights and Research Suppliers
Lot No:  2
II.2.2)

Additional CPV code(s)

73110000  -  Research services
73200000  -  Research and development consultancy services
79310000  -  Market research services
79311400  -  Economic research services
II.2.3)

Place of performance

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

Description of the procurement

Lot 2: Consumer and Business Insights and Research Suppliers
The type of projects that suppliers in Lot 2 will be working on include, but are not limited to, the following:
• Qualitative and quantitative research on various projects such as concept testing, advertising assessment, profiling and other developmental and assessment needs
• Stand alone research projects including consumer needs, festival evaluation and tracking, new attraction development and attraction evaluations
• New market understanding and potential
The supplier is expected to have:
• A comprehensive set of both qualitative and quantitative tools and skills
• Access to global online panels which have the ability to deliver on Failte Ireland’s sample requirements, from 16years+ and across key demographics
• A field work team capable of working in situ doing f2f interviews when necessary
The tender is being issued for a Framework for the Consumer Planning and Insights (CP&I) department in Failte Ireland.
The three lots that will operate under this Framework are:
• Lot 1: Primary Strategic Insights and Supplier
o one supplier who will be appointed to Failte Ireland to partner on research and insight development and on strategically significant projects.
• Lot 2: Consumer and Business Insights and Research Suppliers
o suppliers who will be appointed for fixed term / once off research projects.
• Lot 3: Specialist Consumer Insights and Research Suppliers
o Suppliers who have specialised in a particular area or tool of consumer insights and research
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: 10000000.00  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 minimum number: 3  /  Maximum number: 5
Objective criteria for choosing the limited number of candidates:
As stated in the Qualification Questionnaire available for downloading from www.etenders.gov.ie.
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

Multi-Party Framework for Specialist Consumer Insights Suppliers
Lot No:  3
II.2.2)

Additional CPV code(s)

73110000  -  Research services
73200000  -  Research and development consultancy services
79310000  -  Market research services
79311400  -  Economic research services
II.2.3)

Place of performance

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

Description of the procurement

Failte Ireland is looking for expert skills to partner with them on particular projects and would like to have a set of suppliers whose businesses focus on, or include, specialised services in one of the following:
• Advertising development
• Consumer immersions and ethnography
• Culture codes
• Semiotics
• Behavioural economics, cognitive psychology and neuro marketing
• Future Sights and Trends
• Data mining
• Consumer panels
• Technological developments such as the use of voice, chat bots etc.
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: 10000000.00  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 minimum number: 3  /  Maximum number: 5
Objective criteria for choosing the limited number of candidates:
As stated in the Qualification Questionnaire available for downloading from www.etenders.gov.ie.
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:  As stated in the tender documentation available for downloading from www.etenders.gov.ie
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

As stated in the tender documentation available for downloading from www.etenders.gov.ie
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

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
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:  12/11/2019
Local time:  12:00
IV.2.3)

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

Date: 18/11/2019
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 : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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) This is the sole call for competition for this service.
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates, participants or tenderers.
4) Establishment of the framework will be subject to the approval of the competent authorities.
5) If for any reason it is not possible to conclude the framework agreement with the designated successful tenderer emerging from this competitive process; or if having concluded the framework agreement the contracting authority considers that the successful tenderer has not met, or cannot meet its obligations; the contracting authority reserves the right to admit the next highest scoring tenderer to the framework on the basis of the same terms at any time during the tender validity period. This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.
6) 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.
7) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of tender responses/questionnaires with missing or incomplete information. Therefore, tenderers/candidates are advised to ensure that they return FULLY COMPLETED tenders/questionnaires in order to avoid the risk of elimination from the competition at the evaluation/application stage.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Chief Registrar, The Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: https://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contracting authority will not conclude this framework agreement to which a standstill period applies in accordance with Irish Statutory Instrument S.I. No. 284 of 2016, until after the expiry of the standstill period which commences on the day following the date of notification of concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the framework agreement and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that framework agreement.