Contract notice

Information

Published

Date of dispatch of this notice: 14/03/2023

Expire date: 25/04/2023

External Reference: 2023-217863

TED Reference: 2023/S 055-161325

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 Team
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=237172&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

Exhibition Stand Design, Build, Storage and Related Services
Reference number:  EX/MD/2023
II.1.2)

Main CPV code

79950000  -  Exhibition, fair and congress organisation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Tourism Ireland wishes to appoint a Supplier to provide innovative solutions in stand design, build, service and storage, for events. The service requirements are split into two Lots:
• Lot 1 – Trade Events in Great Britain (including World Travel Market)
• Lot 2 – Trade Events in Europe / Other Locations
Bidder can apply for either or both Lots. Sustainability is at the core of these service requirements, in terms of materials to be used and reusability of design elements plus a commitment to provide sustainable features that can be used each year of the contract(s).
Please refer to the RFT documentation available for downloading for further details of the requirements.
II.1.5)

Estimated total value

Value excluding VAT: 1380000.00  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 – Trade Events in Great Britain
Lot No:  1
II.2.2)

Additional CPV code(s)

39154000  -  Exhibition equipment
79822500  -  Graphic design services
79950000  -  Exhibition, fair and congress organisation services
79956000  -  Fair and exhibition organisation services
39154100  -  Exhibition stands
II.2.3)

Place of performance

NUTS code:  UKM -  SCOTLAND
NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH -  EAST OF ENGLAND
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Trade events across the GB Market
II.2.4)

Description of the procurement

Exhibition Stand Design, Build, Support and Related Services for trade events in Great Britain, including World Travel Market.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Creativity & functionality of the proposed stand design for WTM including demonstration of understanding of how to adapt the Tourism Ireland Brand from the brand guidelines  /  Weighting:  20%
Quality criterion  -  Name:  Flexibility of stand design to accommodate more or less industry partners  /  Weighting:  10%
Quality criterion  -  Name:  Sustainability – materials to be used and reusability of design elements plus a commitment to provide sustainable features that can be used each year of the contract.  /  Weighting:  10%
Quality criterion  -  Name:  Project management and implementation including technical support  /  Weighting:  10%
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  50%
II.2.6)

Estimated value

Value excluding VAT: 780000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
This contract is subject to renewal: yes
Description of renewals:  
The Contract term will be for an initial term of three [3] years subject to budget, annual performance review and other factors. Tourism Ireland may, at its discretion, extend the contract for annually for up to three [3] years, again subject to budget, annual performance review and other factors, and up to a maximum term of six [6] years in total.
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

LOT 2 - Trade Event in Europe / Other Locations
Lot No:  2
II.2.2)

Additional CPV code(s)

39154000  -  Exhibition equipment
79822500  -  Graphic design services
79950000  -  Exhibition, fair and congress organisation services
79956000  -  Fair and exhibition organisation services
39154100  -  Exhibition stands
II.2.3)

Place of performance

NUTS code:  PT -  PORTUGAL
NUTS code:  IT -  ITALIA
NUTS code:  FR -  FRANCE
NUTS code:  ES -  ESPAÑA
Main site or place of performance:  
Across Europe plus other potential locations
II.2.4)

Description of the procurement

Exhibition Stand Design, Build, Support and Related Services for trade events in Europe, including ILTM and IGTM. Please note that certain events do not have a fixed location and may be hosted anywhere globally, as dictated by the event organisers. The appointed contractor will be expected to service any such events as part of the requirements.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Creativity & functionality of the proposed stand design including demonstration of understanding of how to adapt the Tourism Ireland Brand from the brand guidelines  /  Weighting:  20%
Quality criterion  -  Name:  Flexibility of stand design to accommodate more or less industry partners  /  Weighting:  10%
Quality criterion  -  Name:  Sustainability – materials to be used and reusability of design elements plus a commitment to provide sustainable features that can be used each year of the contract.  /  Weighting:  10%
Quality criterion  -  Name:  Project management and implementation including technical support  /  Weighting:  10%
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  50%
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: 72
This contract is subject to renewal: yes
Description of renewals:  
The Contract Period will be for an initial term of three [3] years subject to budget, annual performance review and other factors. Tourism Ireland may, at its discretion, extend the contract for annually for up to three [3] years, again subject to budget, annual performance review and other factors, and up to a maximum term of six [6] years in total.
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:  Selection criteria as stated in the procurement documents available for downloading from the Irish Government procurement portal www.etenders.gov.ie
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents available for downloading from the Irish Government procurement portal www.etenders.gov.ie
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents available for downloading from the Irish Government procurement portal www.etenders.gov.ie
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in the procurement documents available for downloading from the Irish Government procurement portal 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

Open procedure
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2022/S 249-728762
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  24/04/2023
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

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  24/04/2023
Local time:  12:00
Information about authorised persons and opening procedure:  
eTenders postbox facility will be opened by 2 authorised Tourism Ireland staff members

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. Tourism Ireland will not accept responsibility for information relayed (or not relayed) via third parties;
2) This is the sole call for Request for Tenders for each Lot of this contract.
3) The Contracting Authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers;
4) Contract award will be subject to the approval of the Board of Tourism Ireland;
5) These services are being procured by Tourism Ireland. Tourism Ireland reserves the right to permit its sister agencies, Fáilte Ireland and Tourism Northern Ireland, to draw down services under any agreement resulting from this procurement process;
6) Award of this contract will be subject to selected candidate obtaining a Tax Clearance Certificate as required by the Irish Revenue Commissioners;
7) Tourism Ireland 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.
8) 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;
9) 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;
10) Tenders must be delivered as per the instructions;
11) Tourism Ireland will not accept or consider Tenders delivered after this deadline;
12) Tourism Ireland will not be responsible for costs, charges or expenses incurred by applicants, whether or not a final contract is awarded;
13) Tourism Ireland 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 Tourism Ireland‘s website;
14) To the extent that any Personal Data is processed in connection with the provision of the Services or otherwise, the provisions set out in Tourism Ireland’s ICT and GDPR guidelines shall apply to such processing;
15) 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.
16) The contract will be subject to Irish law;
17)If for any reason it is not possible to conclude the contract with the designated successful tenderer emerging from this competitive process; or if having concluded contract the contracting authority considers that the successful tenderer has not met, or cannot meet its obligations; the contracting authority reserves the right to contract with the next highest scoring tenderer on the basis of the same terms at any time during the tender validity period.
18) Tourism Ireland is committed to purchasing responsibly / Green Procurement.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, The Four Courts
Dublin
D7
IE
Internet address: www.courts.ie