Tender

DfE - Tourism NI - Northern Ireland Tourism Industry Research

  • Tourism Northern Ireland TNI

F02: Contract notice

Notice identifier: 2025/S 000-006845

Procurement identifier (OCID): ocds-h6vhtk-04e6e2

Published 21 February 2025, 2:46pm



Section one: Contracting authority

one.1) Name and addresses

Tourism Northern Ireland TNI

10-12, Linum Chambers, Bedford St, Belfast

BELFAST

BT2 7ES

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin@CPDfinance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DfE - Tourism NI - Northern Ireland Tourism Industry Research

Reference number

5621882

two.1.2) Main CPV code

  • 79300000 - Market and economic research; polling and statistics

two.1.3) Type of contract

Services

two.1.4) Short description

Tourism NI wish to appoint a Supplier to carry out a programme of industry research. As a core requirement Tourism NI envisage a minimum of one tourism barometer survey each year with a broadly representative sample of Northern Ireland’s tourism industry to provide an insight into year-to-date tourism performance and outlook for the remainder of the year. Additional be-spoke ad hoc industry surveys and research projects on a range of industry wide or sector specific topics may also be required including for example; evaluation surveys for industry support programmes and key Business to Business trade events, including business conferences surveys, These additional surveys and other projects, such as quick turnaround surveys and qualitative in-depth interviews/ industry focus groups will be ad-hoc, demand-led and budget dependent. The contract period will be fixed for 3 years with no optional extension. Please refer to tender documents for full details.

two.1.5) Estimated total value

Value excluding VAT: £155,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79311000 - Survey services
  • 79342310 - Customer survey services
  • 79320000 - Public-opinion polling services
  • 79311100 - Survey design services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Tourism NI wish to appoint a Supplier to carry out a programme of industry research. As a core requirement Tourism NI envisage a minimum of one tourism barometer survey each year with a broadly representative sample of Northern Ireland’s tourism industry to provide an insight into year-to-date tourism performance and outlook for the remainder of the year. Additional be-spoke ad hoc industry surveys and research projects on a range of industry wide or sector specific topics may also be required including for example; evaluation surveys for industry support programmes and key Business to Business trade events, including business conferences surveys, These additional surveys and other projects, such as quick turnaround surveys and qualitative in-depth interviews/ industry focus groups will be ad-hoc, demand-led and budget dependent. The contract period will be fixed for 3 years with no optional extension. Please refer to tender documents for full details.

two.2.5) Award criteria

Quality criterion - Name: Proposed Quantitative Research Methodology / Weighting: 29.4

Quality criterion - Name: Proposed Qualitative Research Methodology / Weighting: 10.2

Quality criterion - Name: Key Personnel Experience / Weighting: 14

Quality criterion - Name: Contract Management and Contingency / Weighting: 5.6

Quality criterion - Name: Social Value / Weighting: 10.5

Cost criterion - Name: Total Contract Price / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £155,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

3 years from contract award estimated to be February 2028

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

two.2.14) Additional information

The figure indicated in Section II 1.6 represents the estimated contract value only. However, as this is a demand driven service there is no guarantee to the level of work.


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

As detailed in the tender documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the tender documents


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

20 March 2025

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: 18 June 2025

four.2.7) Conditions for opening of tenders

Date

26 March 2025

Local time

12:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Estimated to be February 2028

six.3) Additional information

The successful 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

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended

Belfast

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 (as amended) 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