Section one: Contracting authority
one.1) Name and addresses
Tourism Northern Ireland
10-12 BedforD Street
BELFAST
BT2 7ES
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
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
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
ID 4692815 DfE - Tourism NI - Consumer Sentiment Research
Reference number
ID 4692815
two.1.2) Main CPV code
- 79311000 - Survey services
two.1.3) Type of contract
Services
two.1.4) Short description
Tourism Northern Ireland (Tourism NI) is responsible for the marketing of Northern Ireland (NI) as a tourist destination to domestic tourists (from within NI) and visitors from the Republic of Ireland (ROI). Under the Tourism NI Operating Plan (2023/24), the Insights and Intelligence Service (IIS) is tasked with delivering a robust evidence base for Tourism NI, industry and stakeholders to help inform policy and strategy development and operational decisions. Within Tourism NI, the IIS is responsible for providing internal and external stakeholders with robust and relevant research, intelligence, and information to support the growth of the NI tourism industry via robust, analysis and insight into how such issues affect NI and ROI consumers. See ID 4692815 Specification document for further information.
two.1.5) Estimated total value
Value excluding VAT: £534,732
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79310000 - Market research services
- 79311100 - Survey design services
- 79320000 - Public-opinion polling services
- 79342310 - Customer survey services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Tourism Northern Ireland (Tourism NI) is responsible for the marketing of Northern Ireland (NI) as a tourist destination to domestic tourists (from within NI) and visitors from the Republic of Ireland (ROI). Under the Tourism NI Operating Plan (2023/24), the Insights and Intelligence Service (IIS) is tasked with delivering a robust evidence base for Tourism NI, industry and stakeholders to help inform policy and strategy development and operational decisions. Within Tourism NI, the IIS is responsible for providing internal and external stakeholders with robust and relevant research, intelligence, and information to support the growth of the NI tourism industry via robust, analysis and insight into how such issues affect NI and ROI consumers. See ID 4692815 Specification document for further information.
two.2.5) Award criteria
Quality criterion - Name: AC1 Proposed Methodology for Quantitative Research / Weighting: 24.5
Quality criterion - Name: AC2 Proposed Methodology for Qualitative Research / Weighting: 14
Quality criterion - Name: AC3 Key Personnel Experience / Weighting: 14
Quality criterion - Name: AC4 Contract Management / Weighting: 7
Quality criterion - Name: AC5 Social Value / Weighting: 10.5
Cost criterion - Name: AC6 Total Contract Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £534,732
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
This contract is an ongoing requirement for TNI and may be subject to renewal after the current contract expires.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend for a further two periods of up to 12 months each
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 estimated total contract value in II.2.6 is a maximum estimated figure for the entire duration of the contract. There is no guarantee of work spend given. Options will align with budgets which are subject to confirmation and approval by Tourism NI and are not guaranteed.
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
SC1 Company Experience and SC2 Fair Work, 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
8 November 2023
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: 6 February 2024
four.2.7) Conditions for opening of tenders
Date
8 November 2023
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Contract Monitoring. 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 your performance does not improve to satisfactory levels within the. specified period, this can be considered grounds for. termination of the contract at your. expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a. Notice. of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt. of multiple Notices of Written Warning or a Notice of. Unsatisfactory Performance may, in. accordance with The Public Contracts Regulations 2015 (as amended) be excluded from. future public. procurement competitions for a period of up to three years. The Authority. expressly reserves the. rights:. (I) not to award any contract as. a result of the procurement. process commenced by publication of this notice; (II) to make whatever changes it may see. fit to the content. and structure of the tendering Competition; (III) to award (a) contract(s). in respect of any part(s) of the services covered by this notice; and. (IV) to award contract(s). in stages. In no circumstances will the Authority be liable for any costs incurred by. candidates.
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.