Tender

ID 3801617 DfE Invest NI - Event Management Services

  • Department for the Economy - Invest Northern Ireland

F02: Contract notice

Notice identifier: 2022/S 000-005600

Procurement identifier (OCID): ocds-h6vhtk-031c7c

Published 1 March 2022, 3:54pm



Section one: Contracting authority

one.1) Name and addresses

Department for the Economy - Invest Northern Ireland

Bedford Square, 1 Bedford Street

BELFAST

BT2 7ES

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.economy-ni.gov.uk

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Economic and financial affairs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 3801617 DfE Invest NI - Event Management Services

Reference number

ID 3801617

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

Invest NI wishes to appoint a suitable Contractor to manage and deliver the full annual events portfolio which plays a vital role in engaging with and communicating their messages to target audiences providing a strategic platform to promote its programmes and advisory services to ultimately facilitate annual programme referral and participation targets, help identify and build a pipeline of potential customers and support and encourage linkage of the Client’s core customer segments. Delivery includes provision of management and logistical support services with a mix of face to face, online and hybrid events; promotion, registration and management of delegate bookings; design, production, storage, cataloguing, delivery and installation of set, staging and display stand requirements and promotional materials; and to provide and manage an online conference solution which can deliver virtual, hybrid and in-person events. Submissions are welcomed from both agencies and consortiums.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79342200 - Promotional services
  • 79900000 - Miscellaneous business and business-related services
  • 79933000 - Design support services
  • 79950000 - Exhibition, fair and congress organisation services
  • 79951000 - Seminar organisation services
  • 79952000 - Event services
  • 79956000 - Fair and exhibition organisation services
  • 79995200 - Cataloguing services
  • 79996000 - Business organisation services
  • 55120000 - Hotel meeting and conference services
  • 63121100 - Storage services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Invest NI wishes to appoint a suitable Contractor to manage and deliver the full annual events portfolio which plays a vital role in engaging with and communicating their messages to target audiences providing a strategic platform to promote its programmes and advisory services to ultimately facilitate annual programme referral and participation targets, help identify and build a pipeline of potential customers and support and encourage linkage of the Client’s core customer segments. Delivery includes provision of management and logistical support services with a mix of face to face, online and hybrid events; promotion, registration and management of delegate bookings; design, production, storage, cataloguing, delivery and installation of set, staging and display stand requirements and promotional materials; and to provide and manage an online conference solution which can deliver virtual, hybrid and in-person events. Submissions are welcomed from both agencies and consortiums.

two.2.5) Award criteria

Quality criterion - Name: Methodology and Resource Management / Weighting: 24

Quality criterion - Name: Core Event Delivery Team Experience / Weighting: 12

Quality criterion - Name: Event Director / Manager Experience / Weighting: 12

Quality criterion - Name: Display Stand Requirements / Weighting: 6

Quality criterion - Name: Provision and Management of an online conference solution which can also be used to deliver hybrid events / Weighting: 6

Cost criterion - Name: Scenario Cost 1 / Weighting: 6.8

Cost criterion - Name: Scenario Cost 2 / Weighting: 6.8

Cost criterion - Name: Scenario Cost 3 / Weighting: 6.8

Cost criterion - Name: Scenario Cost 4 / Weighting: 6.8

Cost criterion - Name: Scenario Cost 5 / Weighting: 6.8

Cost criterion - Name: Storage Facility Cost (per annum cost) / Weighting: 4

Cost criterion - Name: Online conference solution which can also be used to deliver hybrid events (per annum cost) / Weighting: 2

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.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

Prior to expiry of contract anticipated to be April 2026.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

List and brief description of selection criteria

Previous Company Experience. Secure Storage Facility (post award)

Minimum level(s) of standards possibly required

Pass/Fail

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Client will monitor the Contractor’s performance against the specified KPIs and as detailed in the Commercial Conditions of Contract Schedule 3 Contract Management/Monitoring Schedule.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 April 2022

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 3 July 2022

four.2.7) Conditions for opening of tenders

Date

4 April 2022

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3 months prior to expiry of this contract anticipated to be February 2026.

six.3) Additional information

Contract Monitoring. The Contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate.” This project will be used to progress the Government’s wider social, economic and environmental objectives.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures.

As above

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.