Contract notice

Information

Published

Date of dispatch of this notice: 17/08/2021

Expire date: 20/09/2021

External Reference: 2021-275730

TED Reference: 2021/S 161-424154

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: Procurement Officer
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=195845&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

Research and Strategic Consultancy Services Framework Agreements
Reference number:  TI/S&I/2021
II.1.2)

Main CPV code

73110000  -  Research services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Tourism Ireland is seeking to establish two [2] Framework Agreements for the provision of Research and Strategic Consultancy Services. The successful tenderer(s) 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 both Lots. This tender is being issued on behalf of the Strategy and Insights (S&I) team in Tourism Ireland.
The Lots being procured are:
- Lot 1 - Advertising Effectiveness Services [Single-party Framework Agreement]
- Lot 2 - Ad hoc Research (both Qualitative and Quantitative) [Multi-party Framework Agreement]
This is Stage I – the qualification stage, of a 2-stage Restricted procedure.
II.1.5)

Estimated total value

Value excluding VAT: 2964000.00  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

Lot 1 - Single-Party Framework for Advertising Effectiveness
Lot No:  1
II.2.2)

Additional CPV code(s)

73200000  -  Research and development consultancy services
79300000  -  Market and economic research; polling and statistics
79311400  -  Economic research services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

It is our intention to appoint one [1] supplier to a Single-party Framework Agreement who will partner Tourism Ireland on research and insight into Advertising Effectiveness.
Research may differ throughout the life of the project but we may undertake for example:
• Consumer evaluation of video content, benchmarked against global norms
• Qualitative assessment of potential advertising
• Advertising awareness in key markets
PLEASE REFER TO THE DOCUMENTATION ATTACHED FOR DOWNLOADING
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  EUR
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 term of this Framework Agreement shall be three years from the Commencement Date. Tourism Ireland may, at its absolute discretion, extend the Contract Period by up to but no more than one further period of one (1) year
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:
Passing all Pre-Qualification Requirements
Suitability Criteria
- Team skills and experience
- Benchmarks
- World Class Insight Generation
- Previous Relevant Contracts
- Quality Assurance Measures
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

The successful bidder will be expected to have:
• An extensive knowledge of advertising effectiveness and evaluation
• Access to global benchmarks and norms and/or methodologies to provide international comparison
• Access to online panels which have the ability to deliver on Tourism Ireland’s sample requirements, from 16years+ and across key demographics
II.2)

Description

II.2.1)

Title

Lot 2 - Multi-Party Framework for Ad-hoc Consumer Research (both Qualitative and Quantitative)
Lot No:  2
II.2.2)

Additional CPV code(s)

73200000  -  Research and development consultancy services
79300000  -  Market and economic research; polling and statistics
79311400  -  Economic research services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

It is our intention to appoint a minimum of five [5] agencies [subject to the quality of tender proposals received] to a Multi-party Framework Agreement to service Tourism Ireland’s requirements on an ad-hoc basis in respect of both qualitative and quantitative research projects. Services will be drawn down, as required, via Mini-tender competitions on a project by project basis. The drawdown mechanism will be advised to shortlisted candidates in the RFT documentation issued at Stage 2. PLEASE REFER TO THE DOCUMENTATION ATTACHED FOR DOWNLOADING
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: 1764000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The term of this Framework Agreement shall be three years from the Commencement Date. Tourism Ireland may, at its absolute discretion, extend the Contract Period by up to but no more than one further period of one (1) year
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:
Passing all Pre-Qualification Requirements
Suitability Criteria
- Team Skills and Experience
- Project Management
- Insight Generation
- Previous Relevant Contracts
- Quality Assurance Measures
- Data Dissemination/Display
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

The successful bidder(s) will be expected to have:
• A full suite of both qualitative and quantitative tools and skills
• Access to a global online panel which has the ability to deliver on Tourism Ireland’s sample requirements
• Ability to run multi-country quantitative and qualitative projects

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 DOCUMENTATION ATTACHED FOR DOWNLOADING
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
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: €2,400,000 [Lot 1] €882,000 [Lot 2]
(ii) Hold an up to date Tax Clearance Certificate.
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.
Minimum level(s) of standards possibly required:  
Candidates must declare below that they satisfy the minimum insurance 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)Employer’s Liability Insurance with indemnity limit of €2,000,000
(ii)Public Liability Insurance with an indemnity limit of €1,000,000
(iii)Professional Indemnity Insurance with an indemnity limit of €1,000,000
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
PLEASE REFER TO THE DOCUMENTATION ATTACHED FOR DOWNLOADING
Minimum level(s) of standards possibly required:  
PLEASE REFER TO THE DOCUMENTATION ATTACHED FOR DOWNLOADING
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

PLEASE REFER TO THE DOCUMENTATION ATTACHED FOR DOWNLOADING
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:  20/09/2021
Local time:  12:00
IV.2.3)

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

Date: 04/10/2021
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.
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) Duration of the Framework Agreement: It is anticipated that the Framework Agreement(s) will commence in January 2022 for a period of 3 years with an option at the sole discretion of Tourism Ireland to extend annually for up to a further 1 year. Appointment to a Framework is not a guarantee of work.
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