Contract award notice

Information

Published

Date of dispatch of this notice: 08/09/2020

External Reference: 2020-206584

TED Reference: 2020/S 177-427470

Contract award notice

Contract award notice

Results of the procurement procedure

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.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.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Lowest offer:  8000000.00  EUR / Highest offer:  14000000.00  EUR   taken into consideration  (excluding VAT)
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

Criteria below
Quality criterion  -  Name:  Innovation  /  Weighting:  20
Quality criterion  -  Name:  Behavioural Economics and Neuroscience  /  Weighting:  15
Quality criterion  -  Name:  Future Focus  /  Weighting:  15
Quality criterion  -  Name:  Technology  /  Weighting:  5
Quality criterion  -  Name:  Business Continuity  /  Weighting:  5
Quality criterion  -  Name:  Global Business Relationship & Account Management  /  Weighting:  15
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  30
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

Criteria below
Quality criterion  -  Name:  Innovation  /  Weighting:  25
Quality criterion  -  Name:  Behavioural Economics and Neuroscience  /  Weighting:  15
Quality criterion  -  Name:  Future Focus  /  Weighting:  15
Quality criterion  -  Name:  Technology  /  Weighting:  10
Quality criterion  -  Name:  Business Continuity & Account Management  /  Weighting:  5
Price  -  Weighting:  30
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)

79310000  -  Market research services
II.2.4)

Description of the procurement

Specialist Consumer Insights and Research Suppliers
Suppliers who specialise in a particular area or tool of consumer insights and research.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Innovation  /  Weighting:  20
Quality criterion  -  Name:  Future Focus  /  Weighting:  15
Quality criterion  -  Name:  Future Focus Point of Differentiation  /  Weighting:  30
Quality criterion  -  Name:  Account Management  /  Weighting:  5
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  30
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 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
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: 2019/S 199-483842

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Single Party Framework for a Primary Strategic Insights and Research Partner

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/05/2020
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Millward Brown
IE0660517W
5/6 Ely Place
Dublin 2
Dublin
IE
Telephone: +353 14808910

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Lowest offer:  3000000.00  EUR / Highest offer:  8000000.00  EUR   taken into consideration

Section V: Award of contract

Contract No: 2

Lot No: 2

Title: Multi-Party Framework for Consumer and Business Insights and Research Suppliers

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/05/2020
V.2.2)

Information about tenders

Number of tenders received:  9
Number of tenders received by electronic means:  9
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Ipsos MRBI / MRBI Market Research Ltd
9701145N
Block 3 Blackrock Business Park
Co. Dublin
Carysfort Avenue, Bl
IE
Telephone: +353 14389048
Internet address: http://www.ipsosmrbi.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Lowest offer:  1000000.00  EUR / Highest offer:  5000000.00  EUR   taken into consideration

Section V: Award of contract

Contract No: 3

Lot No: 2

Title: Multi-Party Framework for Consumer and Business Insights and Research Suppliers

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/05/2020
V.2.2)

Information about tenders

Number of tenders received:  9
Number of tenders received by electronic means:  9
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Millward Brown
IE0660517W
5/6 Ely Place
Dublin 2
Dublin
IE
Telephone: +353 14808910

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Lowest offer:  1000000.00  EUR / Highest offer:  5000000.00  EUR   taken into consideration

Section V: Award of contract

Contract No: 5

Lot No: 3

Title: Multi-Party Framework for Specialist Consumer Insights Suppliers

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/05/2020
V.2.2)

Information about tenders

Number of tenders received:  8
Number of tenders received by electronic means:  8
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

jump!
N/A
4th floor, block e, iveagh court
dublin
harcourt road, d2
IE
Telephone: +353 0863800787
E-mail: paul@jump.ie
Internet address: http://www.jump.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Lowest offer:  1000000.00  EUR / Highest offer:  4000000.00  EUR   taken into consideration

Section V: Award of contract

Contract No: 6

Lot No: 3

Title: Multi-Party Framework for Specialist Consumer Insights Suppliers

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/05/2020
V.2.2)

Information about tenders

Number of tenders received:  8
Number of tenders received by electronic means:  8
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Millward Brown
IE0660517W
5/6 Ely Place
Dublin 2
Dublin
IE
Telephone: +353 14808910

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Lowest offer:  1000000.00  EUR / Highest offer:  4000000.00  EUR   taken into consideration

Section V: Award of contract

Contract No: 4

Lot No: 2

Title: Multi-Party Framework for Consumer and Business Insights and Research Suppliers

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/05/2020
V.2.2)

Information about tenders

Number of tenders received:  9
Number of tenders received by electronic means:  9
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Behaviour & Attitudes
Milltown House, Mount St. Annes, Milltown,
Dublin
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Lowest offer:  1000000.00  EUR / Highest offer:  5000000.00  EUR   taken into consideration

Section VI: Complementary information

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.