Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Tourism Northern Ireland
Linum Chambers, Bedford Square, Bedford Street
BELFAST
BT2 7ES
UK
E-mail: strategicDelivery.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
ID 5189476 DfE - Tourism NI - Event Management Support Service
Reference number: 5189476
II.1.2) Main CPV code
79951000
II.1.3) Type of contract
Services
II.1.4) Short description
Tourism NI has a requirement to appoint Suppliers for three Lots to help deliver/manage events to help it achieve their key objectives: • Lot 1: Tourism Enterprise Development (TED) Programme • Lot 2: Business Solutions Events • Lot 3: Ad Hoc Corporate Events The contract will run for a period of three years with the option to extend for a further period of up to and including 24 months.
II.1.5) Estimated total value
Value excluding VAT:
659 200.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: Tourism Enterprise Development (TED) Programme
II.2.2) Additional CPV code(s)
79950000
79952000
79956000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Tourism NI has a requirement to appoint Suppliers for three Lots to help deliver/manage events to help it achieve their key objectives: • Lot 1: Tourism Enterprise Development (TED) Programme • Lot 2: Business Solutions Events • Lot 3: Ad Hoc Corporate Events The contract will run for a period of three years with the option to extend for a further period of up to and including 24 months.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
280 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
There is one option to extend for a further period of up to and including 24 months.
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.2.14) Additional information
Tourism NI wishes to appoint the successful Suppliers ranked 1 and 2 in respect of each Lot. Once the evaluation process has concluded, the highest ranked supplier will be the Most Economically Advantageous Tender (MEAT) and will be awarded the contract. The Supplier ranked 2 is required for capacity and contingency reasons, as mentioned within the Specification, with no guarantee of work.
Lot No: 2
II.2.1) Title
Lot 2: Business Solutions Events
II.2.2) Additional CPV code(s)
79950000
79952000
79956000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Tourism NI has a requirement to appoint Suppliers for three Lots to help deliver/manage events to help it achieve their key objectives: • Lot 1: Tourism Enterprise Development (TED) Programme • Lot 2: Business Solutions Events • Lot 3: Ad Hoc Corporate Events The contract will run for a period of three years with the option to extend for a further period of up to and including 24 months.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
134 800.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
There is one option to extend for a further period of up to and including 24 months.
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.2.14) Additional information
Tourism NI wishes to appoint the successful Suppliers ranked 1 and 2 in respect of each Lot. Once the evaluation process has concluded, the highest ranked supplier will be the Most Economically Advantageous Tender (MEAT) and will be awarded the contract. The Supplier ranked 2 is required for capacity and contingency reasons, as mentioned within the Specification, with no guarantee of work.
Lot No: 3
II.2.1) Title
Lot 3: Ad Hoc Corporate Events
II.2.2) Additional CPV code(s)
79950000
79952000
79956000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Tourism NI has a requirement to appoint Suppliers for three Lots to help deliver/manage events to help it achieve their key objectives: • Lot 1: Tourism Enterprise Development (TED) Programme • Lot 2: Business Solutions Events • Lot 3: Ad Hoc Corporate Events The contract will run for a period of three years with the option to extend for a further period of up to and including 24 months.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
244 400.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
There is one option to extend for a further period of up to and including 24 months.
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.2.14) Additional information
Tourism NI wishes to appoint the successful Suppliers ranked 1 and 2 in respect of each Lot. Once the evaluation process has concluded, the highest ranked supplier will be the Most Economically Advantageous Tender (MEAT) and will be awarded the contract. The Supplier ranked 2 is required for capacity and contingency reasons, as mentioned within the Specification, with no guarantee of work.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/06/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
15/09/2024
IV.2.7) Conditions for opening of tenders
Date:
17/06/2024
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
Tourism NI wishes to appoint the successful Suppliers ranked 1 and 2 in respect of each Lot. Once the evaluation process has concluded, the highest ranked supplier will be the Most Economically Advantageous Tender (MEAT) and will be awarded the contract. The Supplier ranked 2 is required for capacity and contingency reasons, as mentioned within the Specification, with no guarantee of work. . . The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 Notice of Unsatisfactory Performance and the contract may be terminated.. The issue of a Notice of Unsatisfactory Performance can 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. three years from the date of issue. The Authority expressly reserves the rights; not to award any contract as a result of the procurement. process commenced by publication of this notice; to make whatever changes it may see fit to the content and structure of the tendering. Competition; to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and to award contract(s) in stages and. in no circumstances will the Authority be liable for any costs incurred by candidates..
VI.4) Procedures for review
VI.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
UK
VI.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.
VI.5) Date of dispatch of this notice
15/05/2024