Contract notice

Information

Published

Date of dispatch of this notice: 06/05/2020

Expire date: 22/05/2020

External Reference: 2020-222413

TED Reference: 2020/S 090-214959

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
D02 TD99
Dublin
IE
Contact person: Procurement Officer
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=166488&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

Regional or local authority
I.5)

Main activity

Other activity:  Tourism - Destination Marketing

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

COVID-19 Research Programme
Reference number:  CVD20-008
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 a service provider capable of providing quantitative and qualitative research about COVID-19’s impact on travel to the island of Ireland. Tourism Ireland needs to navigate through each phase of the crisis and in order to support us to do this, we need effective and timely evidence on which to base our decisions. We are looking for a service provider with the ability to complete the primary research we need in our source markets – both quantitative and qualitative. The successful bidder will need the knowledge and experience gained from working with the tourism sector both internationally and on the island of Ireland, to support our work by providing sound consumer mindset advice. FOR FULL REQUIREMENTS PLEASE REFER TO THE REQUEST FOR TENDER [RFT] DOCUMENTATION AVAILABLE TO DOWNLOAD FROM www.etenders.gov.ie
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)

73210000  -  Research consultancy services
79310000  -  Market research services
II.2.3)

Place of performance

Main site or place of performance:  
Island of Ireland and other specifies locations.
II.2.4)

Description of the procurement

Tourism Ireland is seeking a service provider capable of providing quantitative and qualitative research about COVID-19’s impact on travel to the island of Ireland. Tourism Ireland needs to navigate through each phase of the crisis and in order to support us to do this, we need effective and timely evidence on which to base our decisions. We are looking for a service provider with the ability to complete the primary research we need in our source markets – both quantitative and qualitative. The successful bidder will need the knowledge and experience gained from working with the tourism sector both internationally and on the island of Ireland, to support our work by providing sound consumer mindset advice. FOR FULL REQUIREMENTS PLEASE REFER TO THE REQUEST FOR TENDER [RFT] DOCUMENTATION AVAILABLE TO DOWNLOAD FROM www.etenders.gov.ie
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Responding to the Challenge  /  Weighting:  350
Quality criterion  -  Name:  Your Contribution  /  Weighting:  150
Cost criterion  -  Name:  Proposed Costs  /  Weighting:  500
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: 24
This contract is subject to renewal: yes
Description of renewals:  
Tourism Ireland may opt, at its absolute discretion, to renew the contract on an annual basis for two [2] further years, up to a maximum term of four [4] years.
II.2.10)

Information about variants

Variants will be accepted: yes
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 consult the associated RFT documentation which contains full instructions regarding the submission of tenders and is available for 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: €2,000,000
(ii) Hold an up to date Tax Clearance Certificate [if Irish Resident]
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.
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 €2,500,000
(ii) Public Liability Insurance with an indemnity limit of €2,500,000
(iii) Professional Indemnity Insurance with an indemnity limit of €2,500,000
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 RFT documents available to download 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

Open procedure
Accelerated procedure
Justification:  
The COVID-19 outbreak has given rise to an urgent need for the supply of Covid-19 Research Programme services because of the devastating impact of the Tourism sector on the island of Ireland and the urgent need for a plan for recovery to be implemented as soon possible. The recovery needs to be carefully monitored and will depend on a large number of factors, and how these may have changed during and after the COVID-19 health emergency and subsequent economic turmoil.
In light of the above, Tourism Ireland does not have sufficient time to comply with the standard Open procedure timescales for this procurement. Tourism Ireland is therefore using the accelerated time limits permitted under Regulation 27(3) of the European Union (Award of Public Authority Contracts) Regulations 2016 (S.I. 284 of 2016) to conduct an accelerated Open Procedure in respect of this procurement.
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:  22/05/2020
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:  22/05/2020
Local time:  12:00
Place:  
via the eTenders electronic Tenderbox facility
Information about authorised persons and opening procedure:  
2 x authorised Tourism Ireland personnel

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 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 (09:00 – 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 competition for these services.
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) The Contracting Authority reserves the right to permit its sister agencies, Fáilte Ireland and Tourism Northern Ireland, to draw down services under any contract/agreement resulting from this procurement process.
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
Inns Quay
Dublin
D7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
This contract/framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.