The design, development, and provision of business capability building supports and Destination and experience development expertise

Framework Agreement for the Provision of Managed Services to Deliver: Lot 1 - The design, development, and provision of business capability building supports Lot 2 - Destination and experience development expertise Framework Agreement for the Provision of Managed Services to Deliver: ED/2022/01 - Lot 1 - The design, development, and …

CPV: 79411100 Usługi doradcze w zakresie rozwoju działalności gospodarczej, 80000000 Usługi edukacyjne i szkoleniowe
Miejsce wykonania:
The design, development, and provision of business capability building supports and Destination and experience development expertise
Miejsce udzielenia zamówienia:
Fáilte Ireland-National Tourism Development Authority
Numer nagrody:
ED/2022/01 & IA/2022/01

1. Buyer

1.1 Buyer

Official name : Fáilte Ireland-National Tourism Development Authority

2. Procedure

2.1 Procedure

Title : The design, development, and provision of business capability building supports and Destination and experience development expertise
Description : Framework Agreement for the Provision of Managed Services to Deliver: Lot 1 - The design, development, and provision of business capability building supports Lot 2 - Destination and experience development expertise
Procedure identifier : 4eb3c736-87fd-484d-aec6-3888a3f9610f
Internal identifier : ED/2022/01 & IA/2022/01

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79411100 Business development consultancy services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.4 General information

Additional information : 1) Interested parties must register their interest on the eTenders web site ( www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal ( www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties 2) This is the sole call for competition for this service. 3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates, participants or tenderers. 4) Establishment of the framework will be subject to the approval of the competent authorities. 5) If for any reason it is not possible to conclude the framework agreement with the designated successful tenderer emerging from this competitive process; or if having concluded the framework agreement the contracting authority considers that the successful tenderer has not met, or cannot meet its obligations; the contracting authority reserves the right to admit the next highest scoring tenderer to the framework on the basis of the same terms at any time during the tender validity period. This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion. 6) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time. 7) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of tender responses/questionnaires with missing or incomplete information. Therefore, tenderers/candidates are advised to ensure that they return FULLY COMPLETED tenders/questionnaires in order to avoid the risk of elimination from the competition at the evaluation/application stage.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : The design, development, and provision of business capability building supports
Description : Framework Agreement for the Provision of Managed Services to Deliver: ED/2022/01 - Lot 1 - The design, development, and provision of business capability building supports: Fáilte Ireland’s Enterprise Development team lead on the delivery of this strategic priority, bringing the thought leadership on approach to ensure current and future business capability gaps are addressed and Irish tourism businesses are equipped with the tools they may need to drive performance and growth. The target audience include all tourism businesses and relevant sector representative bodies.
Internal identifier : ED/2022/01

5.1.1 Purpose

Main classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 80000000 Education and training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.12 Terms of procurement

Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.16 Further information, mediation and review

Review organisation : High Court -
Information about review deadlines : The contracting authority will not conclude this contract to which a standstill period applies in accordance with Irish Statutory Instrument SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification of concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that contract.
Organisation providing more information on the review procedures : High Court -
Organisation whose budget is used to pay for the contract : First Western

5.1 Lot technical ID : LOT-0002

Title : Destination and experience development
Description : Framework Agreement for the Provision of Managed Services to Deliver: IA/2022/01 Lot 2 - Destination and experience development expertise The role of the DEDP is to support the development of the world-class experiences focused on the designated area or destination. These plans are organised into an experience development framework to be adopted as a commercial action plan over a five-year period. This framework will provide the context for tourism operators and stakeholders to work in partnership, create new and improved existing visitor experiences, and communicate coherent and unified stories to the visitor. The DEDP is a five-year commercial development plan for an area.
Internal identifier : IA/2022/01

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 80000000 Education and training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.12 Terms of procurement

Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.16 Further information, mediation and review

Review organisation : High Court -
Information about review deadlines : The contracting authority will not conclude this contract to which a standstill period applies in accordance with Irish Statutory Instrument SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification of concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that contract.

6. Results

Maximum value of the framework agreements in this notice : 10 000 000 Euro
Approximate value of the framework agreements : 11 250 000 Euro

6.1 Result lot ldentifier : LOT-0001

Framework agreement :
Re-estimated value of the framework agreement : 6 750 000 Euro

6.1.2 Information about winners

Winner :
Official name : First Western Training Limited
Tender :
Tender identifier : ED/2022/01
Identifier of lot or group of lots : LOT-0001
Value of the tender : 6 000 000 Euro
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting : No
Contract information :
Identifier of the contract : Building Capability Building Supports
Title : The design, development, and provision of business capability building supports and Destination and experience development expertise
Date of the conclusion of the contract : 17/08/2022

6.1 Result lot ldentifier : LOT-0002

Framework agreement :
Re-estimated value of the framework agreement : 4 500 000 Euro

6.1.2 Information about winners

Winner :
Official name : First Western Training Limited
Tender :
Tender identifier : IA/2022/01
Identifier of lot or group of lots : LOT-0002
Value of the tender : 4 000 000 Euro
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting : No
Contract information :
Identifier of the contract : Destination Experience Development Expertise
Title : The design, development, and provision of business capability building supports and Destination and experience development expertise
Date of the conclusion of the contract : 17/08/2022

7. Modification

7.1 Modification

Identifier of the previous contract award notice : 457261-2022
Identifier of the modified contract : CON-0001
Reason for modification : Need for additional works, services or supplies by the original contractor.
Description : Due to the unanticipated additional expenditure relating to Climate Action and Just Transition Failte Ireland expect to exceed the contract value for Lot 1 before to the conclusion of a number of ongoing training courses and the conclusion of a new tender process. The additional training and support services which were not anticipated at the time of entering into this contract, had to be actioned with immediate effect given the urgency of the requirements. Fáilte Ireland is of the view that it was justified in relying on the provisions of Article 72(1)(b) to increase the contract value to bring ongoing courses to a conclusion. This is on the basis that a change in provider would as a minimum lead to (i) significant technical and economic inconvenience and disruption to on-board a new provider during the transition process; (ii) prevent the conclusion of ongoing training programmes; (iii) raise issues of interchangeability or interoperability between the structures of training courses if a new provider was appointed (call-off contracts for delivery of the services by suppliers is booked directly through First Western); and (iv) would expose service delivery to a significant degree of risk and compromise service continuity while an alternative provider is secured. This is based on the specialist/expert nature of the services and the specific unique technical know-how and knowledge built up by First Western to deliver these services during the term of the Contracts which cannot be replicated by another provider at this stage.

7.1.1 Change

Description of modifications : Failte Ireland requires additional training and mentoring support services in relation to Climate Action and Just Transition, which resulted in additional unanticipated expenditure and led to an increase in the anticipated contract value for Lot 1. The services will be drawn off the current contracts until such time as Fáilte Ireland can conclude the tender process for the successive framework/contracts.
Business entity identifier in the previous notice : ORG-0002

7.1 Modification

Identifier of the previous contract award notice : 457261-2022
Identifier of the modified contract : CON-0002
Reason for modification : Need for additional works, services or supplies by the original contractor.
Description : Due to the unanticipated additional expenditure relating to Climate Action and Just Transition Failte Ireland expect to exceed the contract value for Lot 1 before to the conclusion of a number of ongoing training courses and the conclusion of a new tender process. The additional training and support services which were not anticipated at the time of entering into this contract, had to be actioned with immediate effect given the urgency of the requirements. Fáilte Ireland is of the view that it was justified in relying on the provisions of Article 72(1)(b) to increase the contract value to bring ongoing courses to a conclusion. This is on the basis that a change in provider would as a minimum lead to (i) significant technical and economic inconvenience and disruption to on-board a new provider during the transition process; (ii) prevent the conclusion of ongoing training programmes; (iii) raise issues of interchangeability or interoperability between the structures of training courses if a new provider was appointed (call-off contracts for delivery of the services by suppliers is booked directly through First Western); and (iv) would expose service delivery to a significant degree of risk and compromise service continuity while an alternative provider is secured. This is based on the specialist/expert nature of the services and the specific unique technical know-how and knowledge built up by First Western to deliver these services during the term of the Contracts which cannot be replicated by another provider at this stage.

7.1.1 Change

Description of modifications : Due to the unanticipated additional expenditure relating to Climate Action and Just Transition Failte Ireland expect to exceed the contract value for Lot 2 before to the conclusion of a number of ongoing training courses and the conclusion of a new tender process. The additional training and support services which were not anticipated at the time of entering into this contract, had to be actioned with immediate effect given the urgency of the requirements. Failte Ireland is of the view that it was justified in relying on the provisions of Article 72(1)(b) to increase the contract value to bring ongoing courses to a conclusion. This is on the basis that a change in provider would as a minimum lead to (i) significant technical and economic inconvenience and disruption to on-board a new provider during the transition process; (ii) prevent the conclusion of ongoing training programmes; (iii) raise issues of interchangeability or interoperability between the structures of training courses if a new provider was appointed (call-off contracts for delivery of the services by suppliers is booked directly through First Western); and (iv) would expose service delivery to a significant degree of risk and compromise service continuity while an alternative provider is secured. This is based on the specialist/expert nature of the services and the specific unique technical know-how and knowledge built up by First Western to deliver these services during the term of the Contracts which cannot be replicated by another provider at this stage.
Business entity identifier in the previous notice : ORG-0002

8. Organisations

8.1 ORG-0001

Official name : Fáilte Ireland-National Tourism Development Authority
Registration number : 236708
Postal address : 88-95 Amiens Street
Town : Dublin
Postcode : D01 WR86
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Contact point : Prucurement Unit
Telephone : +353 188477888
Internet address : www.failteireland.ie
Roles of this organisation :
Buyer
Central purchasing body acquiring supplies and/or services intended for other buyers

8.1 ORG-0002

Official name : First Western
Registration number : N/A
Postal address : Carrowkeel, Riverstown
Town : Sligo
Postcode : F52 FT99
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 0719165973
Fax : +353 0719165973
Roles of this organisation :
Organisation whose budget is used to pay for the contract

8.1 ORG-0003

Official name : First Western Training Limited
Registration number : n/a
Postal address : Carrowkeel, Riverstown
Town : Sligo
Postcode : F52 FT99
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
TED eSender
Tenderer
Winner of these lots : LOT-0001 LOT-0002

8.1 ORG-0004

Official name : High Court
Registration number : n/a
Postal address : Chief Registrar, The Four Courts
Town : Dublin
Postcode : 7
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 18886000
Internet address : www.courts.ie
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 4720b9b8-fcee-4159-b70b-acb498d37504 - 01
Form type : Contract modification
Notice type : Contract modification notice
Notice dispatch date : 11/03/2025 16:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00164221-2025
OJ S issue number : 51/2025
Publication date : 13/03/2025