Contract notice

Information

Published

Date of dispatch of this notice: 15/07/2021

Expire date: 16/08/2021

External Reference: 2021-200965

TED Reference: 2021/S 138-367484

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Tourism Ireland CLG
N/A
4th Floor - Bishop's Square, Redmond's Hill
Dublin
D02 TD99
IE
Contact person: Hannah Hughes
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=193466&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

Other activity:  Tourism - Destination Marketing

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Direct Marketing Services for Tourism Ireland in the United States
Reference number:  US/EDM/2022
II.1.2)

Main CPV code

79342100  -  Direct marketing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The New York, US Market Office of Tourism Ireland wishes to appoint a Direct Marketing Agency to a single-party framework agreement for the provision of direct marketing services in the United States. It is anticipated that work under the Framework Agreement will commence in January 2022. It is a requirement that the successful supplier has an operational base in the US and can operate to US Eastern Standard Time. Direct Marketing (DM) and Communication Services may vary depending on the project. The services required from the successful supplier will be predominately digital in nature and underpinned with robust travel and tourism data, bespoke to the US market in order to execute and maintain a successful, long term recovery strategy post-Covid from one of Tourism Ireland’s most valuable markets. It is envisioned that the services required will be project or scheme specific depending on the priority and/or objective.
II.1.5)

Estimated total value

Value excluding VAT: 1200000.00  USD
II.1.6)

Information about lots

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

Description

II.2.3)

Place of performance

NUTS code:  US -  United States
Main site or place of performance:  
United States
II.2.4)

Description of the procurement

The New York, US Market Office of Tourism Ireland wishes to appoint a Direct Marketing Agency to a single-party framework agreement for the provision of direct marketing services in the United States. The Contract Period will be for two (2) years, with option to extend annually for up to an additional two (2) years subject to budget, annual performance review, and other factors. It is anticipated that work under the Framework Agreement will commence in January 2022. It is a requirement that the successful supplier has an operational base in the US and can operate to US Eastern Standard Time. Direct Marketing (DM) and Communication Services may vary depending on the project. The services required from the successful supplier will be predominately digital in nature and underpinned with robust travel and tourism data, bespoke to the US market in order to execute and maintain a successful, long term recovery strategy post-Covid from one of Tourism Ireland’s most valuable markets. It is envisioned that the services required will be project or scheme specific depending on the priority and/or objective. PLEASE REFER TO THE RFT DOCUMENTS ATTACHED FOR DOWNLOADING FOR FULL DETAILS OF REQUIREMENTS.
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: 1200000.00  USD
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The Contract Period will be for two (2) years, with option to extend annually for up to an additional two (2) years subject to budget, annual performance review, and other factors.
II.2.9)

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

Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
PRE-QUALIFICATION
Evidence of operational base in the US and commitment to operate to US Eastern Standard Time
Completed ESPD Supplied
Satisfaction of financial stability
Adequate Insurance Cover in place
Commitment to Timeframe
Passes Tourism Ireland's IT Security/GDPR compliance test
SUITABILITY CRITERIA
EXPERIENCE IN HANDLING CONTRACTS OF A SIMILAR SIZE AND NATURE: [50%]
RELEVANT EXPERIENCE, QUALIFICATIONS AND SKILLS: [30%]
ADEQUATE RESOURCES TO FULFIL THE REQUIREMENTS: [20%]
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.2.14)

Additional information

Please refer to the RFT documents available to download from www.etenders.gov.ie

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 RFT documents available to download from www.etenders.gov.ie
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As stated in the RFT documents available to download from www.etenders.gov.ie
Minimum level(s) of standards possibly required:  
Candidates must declare below they satisfy the financial and economic standing requirements set out below and they are able, upon request and without delay, to provide the supporting documentation to Tourism Ireland in each case.
(i) Turnover during any of the previous 3 financial years was at least: US$ 750,000
(ii) Adequate Insurance Cover in place
NOTE #1: in the case of the Tenderer being a grouping, the condition at (i) above may be satisfied by the group members as a whole.
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

It is a requirement that the successful supplier has an operational base in the US and can operate to US Eastern Standard Time.
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.1.8)

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:  16/08/2021
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 : 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.3)

Additional information

1) Interested parties must register their interest on the eTenders website (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) Suppliers must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2 GB 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) 212439277 (9.00-17.30 GMT).
4) All queries regarding this tender requirement or process must be submitted through the Irish Procurement Opportunities 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 the query will not be disclosed when circulating the response.
5) This is the sole call for Requests to Participate for these services. This is the 1st stage in a 2-stage Restricted procedure.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers, whether or not a final contract is awarded.
7) Contract award will be subject to the approval of the Board of Tourism Ireland. 8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) Tenderers must have an operational base operational base in the US and can operate to US Eastern Standard Time.
10) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded at any time.
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. Respondents are advised to ensure that they return fully completed tender documentation in order to avoid the risk of elimination from the competition at the application/evaluation stage.
12) The contracting authority 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 the contracting authority website.
13) To the extent that any personal data is processed in connection with the provision of the services or otherwise, the provisions set out in the contracting authority’s ICT and GDPR guidelines shall apply to such processing.
14) Award of this contract will be subject to selected candidate being qualified for the purposes of the Fair Employment and Treatment (Northern Ireland) Order 1998, if based in Northern Ireland. 15) The contract will be subject to Irish law.
16) The contracting authority 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.
17) The contracting authority reminds suppliers that application to this competition and completion of tenders should in no way impede the need to comply with government advice/directives for isolation or any other requirements or containment measures in place to fight the spread of Covid-19.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
The Four Courts
Dublin
IE