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
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