Notice Information
Notice Title
ID 5351281 - DfE Tourism NI - Advertising and Marketing Services
Notice Description
Tourism Northern Ireland wishes to appoint a Supplier or Suppliers for the supply and delivery of its advertising, design and marketing services. These requirements have been split into 3 Lots as detailed below. Whilst no spend is guaranteed against any of the Lots, the maximum anticipated value of each Lot over the lifetime of the contract is detailed below. Lot 1: Strategic and Lead Creative Agency with an estimated contract value of PS14,375,000 Lot 2: Digital Media Services with an estimated contract value of PS6,250,000 Lot 3: Offline Media Services with an estimated contract value of PS14,375,000. Supplier(s) should note that there may be workload fluctuations at different times of the year. All of the above Lots will be evaluated and awarded independently of one another. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, tenderers may tender for one, two, or all three of the Lots. For all lots, Tourism Northern Ireland will aim to appoint a maximum of 2 Contractors per lot. These Contractors will be ranked 1 and 2 in respect of each Lot on the basis of the Most Economically Advantageous Tender (MEAT) being awarded rank 1
Lot Information
Lot 1 - Strategic and Lead Creative Agency
Tourism Northern Ireland wishes to appoint a Supplier or Suppliers for the supply and delivery of its advertising, design and marketing services. These requirements have been split into 3 Lots as detailed below. Whilst no spend is guaranteed against any of the Lots, the maximum anticipated value of each Lot over the lifetime of the contract is detailed below. Lot 1: Strategic and Lead Creative Agency with an estimated contract value of PS14,375,000 Lot 2: Digital Media Services with an estimated contract value of PS6,250,000 Lot 3: Offline Media Services with an estimated contract value of PS14,375,000. Supplier(s) should note that there may be workload fluctuations at different times of the year. All of the above Lots will be evaluated and awarded independently of one another. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, tenderers may tender for one, two, or all three of the Lots. For all lots, Tourism Northern Ireland will aim to appoint a maximum of 2 Contractors per lot. These Contractors will be ranked 1 and 2 in respect of each Lot on the basis of the Most Economically Advantageous Tender (MEAT) being awarded rank 1. Additional information: The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tenderdocuments. Neither CPD nor the Authority can provide any guarantee as to the level ofbusiness under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurementdocuments by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will beentered into until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
Options: Contract will run for 2 years initially, with the option to extend for 3 further periods of 1 yearup to a maximum duration of 5 years
Renewal: Contract will run for 2 years initially, with the option to extend for 3 further periods of 1 year up to a maximum duration of 5 years
Lot 2 - Digital Media ServicesTourism Northern Ireland wishes to appoint a Supplier or Suppliers for the supply and delivery of its advertising, design and marketing services. These requirements have been split into 3 Lots as detailed below. Whilst no spend is guaranteed against any of the Lots, the maximum anticipated value of each Lot over the lifetime of the contract is detailed below. Lot 1: Strategic and Lead Creative Agency with an estimated contract value of PS14,375,000 Lot 2: Digital Media Services with an estimated contract value of PS6,250,000 Lot 3: Offline Media Services with an estimated contract value of PS14,375,000. Supplier(s) should note that there may be workload fluctuations at different times of the year. All of the above Lots will be evaluated and awarded independently of one another. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, tenderers may tender for one, two, or all three of the Lots. For all lots, Tourism Northern Ireland will aim to appoint a maximum of 2 Contractors per lot. These Contractors will be ranked 1 and 2 in respect of each Lot on the basis of the Most Economically Advantageous Tender (MEAT) being awarded rank 1. Additional information: The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tenderdocuments. Neither CPD nor the Authority can provide any guarantee as to the level ofbusiness under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurementdocuments by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will beentered into until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
Options: Contract will run for 2 years initially, with the option to extend for 3 further periods of 1 year up to a maximumduration of 5 years.
Renewal: Contract will run for 2 years initially, with the option to extend for 3 further periods of 1 year up to a maximum duration of 5 years.
Lot 3 - Offline Media ServicesTourism Northern Ireland wishes to appoint a Supplier or Suppliers for the supply and delivery of its advertising, design and marketing services. These requirements have been split into 3 Lots as detailed below. Whilst no spend is guaranteed against any of the Lots, the maximum anticipated value of each Lot over the lifetime of the contract is detailed below. Lot 1: Strategic and Lead Creative Agency with an estimated contract value of PS14,375,000 Lot 2: Digital Media Services with an estimated contract value of PS6,250,000 Lot 3: Offline Media Services with an estimated contract value of PS14,375,000. Supplier(s) should note that there may be workload fluctuations at different times of the year. All of the above Lots will be evaluated and awarded independently of one another. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, tenderers may tender for one, two, or all three of the Lots. For all lots, Tourism Northern Ireland will aim to appoint a maximum of 2 Contractors per lot. These Contractors will be ranked 1 and 2 in respect of each Lot on the basis of the Most Economically Advantageous Tender (MEAT) being awarded rank 1. Additional information: The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tenderdocuments. Neither CPD nor the Authority can provide any guarantee as to the level ofbusiness under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurementdocuments by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will beentered into until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
Options: Contract will run for 2 years initially, with the option to extend for 3 further periods of 1 year up to a maximumduration of 5 years.
Renewal: Contract will run for 2 years initially, with the option to extend for 3 further periods of 1 year up to a maximum duration of 5 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04b63e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/040444-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79340000 - Advertising and marketing services
79341000 - Advertising services
79341200 - Advertising management services
79341400 - Advertising campaign services
Notice Value(s)
- Tender Value
- £35,000,000 £10M-£100M
- Lots Value
- £35,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £20,625,000 £10M-£100M
Notice Dates
- Publication Date
- 16 Jul 20257 months ago
- Submission Deadline
- 19 Dec 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Jul 20257 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TOURISM NORTHERN IRELAND
- Contact Name
- Not specified
- Contact Email
- ssdadmin.cpd@finance-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT2 7ES
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Central
- Westminster Constituency
- Belfast South and Mid Down
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04b63e-2025-07-16T11:02:48+01:00",
"date": "2025-07-16T11:02:48+01:00",
"ocid": "ocds-h6vhtk-04b63e",
"description": "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.",
"initiationType": "tender",
"tender": {
"id": "ID 5351281",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ID 5351281 - DfE Tourism NI - Advertising and Marketing Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79341000",
"description": "Advertising services"
},
"mainProcurementCategory": "services",
"description": "Tourism Northern Ireland wishes to appoint a Supplier or Suppliers for the supply and delivery of its advertising, design and marketing services. These requirements have been split into 3 Lots as detailed below. Whilst no spend is guaranteed against any of the Lots, the maximum anticipated value of each Lot over the lifetime of the contract is detailed below. Lot 1: Strategic and Lead Creative Agency with an estimated contract value of PS14,375,000 Lot 2: Digital Media Services with an estimated contract value of PS6,250,000 Lot 3: Offline Media Services with an estimated contract value of PS14,375,000. Supplier(s) should note that there may be workload fluctuations at different times of the year. All of the above Lots will be evaluated and awarded independently of one another. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, tenderers may tender for one, two, or all three of the Lots. For all lots, Tourism Northern Ireland will aim to appoint a maximum of 2 Contractors per lot. These Contractors will be ranked 1 and 2 in respect of each Lot on the basis of the Most Economically Advantageous Tender (MEAT) being awarded rank 1",
"value": {
"amount": 35000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 3
},
"lots": [
{
"id": "1",
"title": "Lot 1 - Strategic and Lead Creative Agency",
"description": "Tourism Northern Ireland wishes to appoint a Supplier or Suppliers for the supply and delivery of its advertising, design and marketing services. These requirements have been split into 3 Lots as detailed below. Whilst no spend is guaranteed against any of the Lots, the maximum anticipated value of each Lot over the lifetime of the contract is detailed below. Lot 1: Strategic and Lead Creative Agency with an estimated contract value of PS14,375,000 Lot 2: Digital Media Services with an estimated contract value of PS6,250,000 Lot 3: Offline Media Services with an estimated contract value of PS14,375,000. Supplier(s) should note that there may be workload fluctuations at different times of the year. All of the above Lots will be evaluated and awarded independently of one another. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, tenderers may tender for one, two, or all three of the Lots. For all lots, Tourism Northern Ireland will aim to appoint a maximum of 2 Contractors per lot. These Contractors will be ranked 1 and 2 in respect of each Lot on the basis of the Most Economically Advantageous Tender (MEAT) being awarded rank 1. Additional information: The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tenderdocuments. Neither CPD nor the Authority can provide any guarantee as to the level ofbusiness under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurementdocuments by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will beentered into until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.",
"value": {
"amount": 14375000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Contract will run for 2 years initially, with the option to extend for 3 further periods of 1 year up to a maximum duration of 5 years"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Contract will run for 2 years initially, with the option to extend for 3 further periods of 1 yearup to a maximum duration of 5 years"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "AC1 - Contract Management",
"type": "quality",
"description": "7.2"
},
{
"name": "AC2 - Business Continuity",
"type": "quality",
"description": "7.2"
},
{
"name": "AC3 - Social Value",
"type": "quality",
"description": "10.8"
},
{
"name": "AC4 - Presentation of Marketing Strategy",
"type": "quality",
"description": "64.8"
},
{
"name": "AC5 - Average Hourly Rate",
"type": "cost",
"description": "10"
}
]
}
},
{
"id": "2",
"title": "Lot 2 - Digital Media Services",
"description": "Tourism Northern Ireland wishes to appoint a Supplier or Suppliers for the supply and delivery of its advertising, design and marketing services. These requirements have been split into 3 Lots as detailed below. Whilst no spend is guaranteed against any of the Lots, the maximum anticipated value of each Lot over the lifetime of the contract is detailed below. Lot 1: Strategic and Lead Creative Agency with an estimated contract value of PS14,375,000 Lot 2: Digital Media Services with an estimated contract value of PS6,250,000 Lot 3: Offline Media Services with an estimated contract value of PS14,375,000. Supplier(s) should note that there may be workload fluctuations at different times of the year. All of the above Lots will be evaluated and awarded independently of one another. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, tenderers may tender for one, two, or all three of the Lots. For all lots, Tourism Northern Ireland will aim to appoint a maximum of 2 Contractors per lot. These Contractors will be ranked 1 and 2 in respect of each Lot on the basis of the Most Economically Advantageous Tender (MEAT) being awarded rank 1. Additional information: The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tenderdocuments. Neither CPD nor the Authority can provide any guarantee as to the level ofbusiness under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurementdocuments by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will beentered into until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.",
"value": {
"amount": 6250000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Contract will run for 2 years initially, with the option to extend for 3 further periods of 1 year up to a maximum duration of 5 years."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Contract will run for 2 years initially, with the option to extend for 3 further periods of 1 year up to a maximumduration of 5 years."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "AC1 - Digital Marketing Strategy",
"type": "quality",
"description": "64.8"
},
{
"name": "AC2 - Contract Management",
"type": "quality",
"description": "7.2"
},
{
"name": "AC3 - Business Continuity",
"type": "quality",
"description": "7.2"
},
{
"name": "AC4 - Social Value",
"type": "quality",
"description": "10.8"
},
{
"name": "AC5 - Average Hourly Rate",
"type": "cost",
"description": "10"
}
]
}
},
{
"id": "3",
"title": "Lot 3 - Offline Media Services",
"description": "Tourism Northern Ireland wishes to appoint a Supplier or Suppliers for the supply and delivery of its advertising, design and marketing services. These requirements have been split into 3 Lots as detailed below. Whilst no spend is guaranteed against any of the Lots, the maximum anticipated value of each Lot over the lifetime of the contract is detailed below. Lot 1: Strategic and Lead Creative Agency with an estimated contract value of PS14,375,000 Lot 2: Digital Media Services with an estimated contract value of PS6,250,000 Lot 3: Offline Media Services with an estimated contract value of PS14,375,000. Supplier(s) should note that there may be workload fluctuations at different times of the year. All of the above Lots will be evaluated and awarded independently of one another. There are no restrictions on the number of Lots a Tenderer can bid for or be awarded. Therefore, tenderers may tender for one, two, or all three of the Lots. For all lots, Tourism Northern Ireland will aim to appoint a maximum of 2 Contractors per lot. These Contractors will be ranked 1 and 2 in respect of each Lot on the basis of the Most Economically Advantageous Tender (MEAT) being awarded rank 1. Additional information: The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tenderdocuments. Neither CPD nor the Authority can provide any guarantee as to the level ofbusiness under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurementdocuments by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will beentered into until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.",
"value": {
"amount": 14375000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Contract will run for 2 years initially, with the option to extend for 3 further periods of 1 year up to a maximum duration of 5 years."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Contract will run for 2 years initially, with the option to extend for 3 further periods of 1 year up to a maximumduration of 5 years."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "AC1 - Offline Media Strategy",
"type": "quality",
"description": "42"
},
{
"name": "AC2 - Audience Lead",
"type": "quality",
"description": "6.3"
},
{
"name": "AC3 - Contract Management",
"type": "quality",
"description": "5.6"
},
{
"name": "AC4 - Business Continuity",
"type": "quality",
"description": "5.6"
},
{
"name": "AC5 - Social Value",
"type": "quality",
"description": "10.5"
},
{
"name": "AC6 - Media Comission Rebate",
"type": "cost",
"description": "25.2"
},
{
"name": "AC7 - Average Hourly Rate",
"type": "cost",
"description": "4.8"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79340000",
"description": "Advertising and marketing services"
},
{
"scheme": "CPV",
"id": "79341400",
"description": "Advertising campaign services"
},
{
"scheme": "CPV",
"id": "79341200",
"description": "Advertising management services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79340000",
"description": "Advertising and marketing services"
},
{
"scheme": "CPV",
"id": "79341400",
"description": "Advertising campaign services"
},
{
"scheme": "CPV",
"id": "79341200",
"description": "Advertising management services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79340000",
"description": "Advertising and marketing services"
},
{
"scheme": "CPV",
"id": "79341400",
"description": "Advertising campaign services"
},
{
"scheme": "CPV",
"id": "79341200",
"description": "Advertising management services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "3"
}
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As per Tender Documentation",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "As per Tender Documentation",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "As per Tender Documentation",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "The appointment to the contract will be subject to the preferred supplier demonstrating that the minimum requirements specified in the criteria continue to be met and that there being no material adverse change to the standing of the supplier. The appointment will also be subject to all other necessary due diligence being carried out by the Authority. Contract performance will be subject to the conditions specified in the contract and the successful Supplier's performance on the contract will be regularly monitored."
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-12-19T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-06-17T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2024-12-19T15:30:00Z"
},
"bidOpening": {
"date": "2024-12-19T15:30:00Z",
"address": {
"streetAddress": "."
},
"description": "Only CPD Procurement Staff with access to the project on eTendersNI."
},
"hasRecurrence": false,
"reviewDetails": "CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into."
},
"parties": [
{
"id": "GB-FTS-104888",
"name": "Tourism Northern Ireland",
"identifier": {
"legalName": "Tourism Northern Ireland"
},
"address": {
"streetAddress": "10-12 Linum Chambers, Bedford Street",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT2 7ES",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "ssdadmin.cpd@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-20217",
"name": "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.",
"identifier": {
"legalName": "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."
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-154671",
"name": "CAWLEY NEA LIMITED",
"identifier": {
"legalName": "CAWLEY NEA LIMITED"
},
"address": {
"streetAddress": "41A BLACKBERRY LANE",
"locality": "DUBLIN",
"region": "IE",
"postalCode": "D06A2H1",
"countryName": "Ireland"
},
"contactPoint": {
"email": "disruption@tbwa.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://tbwa.com/about/",
"scale": "sme"
}
},
{
"id": "GB-FTS-154672",
"name": "MC SAATCHI UK LTD",
"identifier": {
"legalName": "MC SAATCHI UK LTD"
},
"address": {
"streetAddress": "34-36 GOLDEN SQUARE",
"locality": "LONDON",
"region": "UK",
"postalCode": "W1F 9EE",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "new.business@mcsaatchi.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://mcsaatchi.com/",
"scale": "large"
}
},
{
"id": "GB-FTS-21632",
"name": "ARDMORE ADVERTISING MARKETING LTD",
"identifier": {
"legalName": "ARDMORE ADVERTISING MARKETING LTD"
},
"address": {
"streetAddress": "Ardmore House",
"locality": "HOLYWOOD",
"region": "UK",
"postalCode": "BT18 9JQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "miriam.moertl@ARDMORE.CO.UK"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.ardmore.co.uk/",
"scale": "sme"
}
},
{
"id": "GB-FTS-64575",
"name": "MAMMOTH DESIGN CONSULTANTS LTD",
"identifier": {
"legalName": "MAMMOTH DESIGN CONSULTANTS LTD"
},
"address": {
"streetAddress": "Sinclair House, Royal Avenue",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT1 1EX",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "ryan@mammoth.tv"
},
"roles": [
"supplier"
],
"details": {
"url": "https://mammoth.tv/",
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-104888",
"name": "Tourism Northern Ireland"
},
"language": "en",
"awards": [
{
"id": "040444-2025-1-1",
"relatedLots": [
"1"
],
"title": "Lot 1 - Strategic and Lead Creative Agency",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-154671",
"name": "CAWLEY NEA LIMITED"
}
]
},
{
"id": "040444-2025-2-2",
"relatedLots": [
"2"
],
"title": "Lot 2 - Digital Media Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-154672",
"name": "MC SAATCHI UK LTD"
},
{
"id": "GB-FTS-21632",
"name": "ARDMORE ADVERTISING MARKETING LTD"
}
]
},
{
"id": "040444-2025-3-3",
"relatedLots": [
"3"
],
"title": "Lot 3 - Offline Media Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21632",
"name": "ARDMORE ADVERTISING MARKETING LTD"
},
{
"id": "GB-FTS-64575",
"name": "MAMMOTH DESIGN CONSULTANTS LTD"
}
]
}
],
"contracts": [
{
"id": "040444-2025-1-1",
"awardID": "040444-2025-1-1",
"title": "Lot 1 - Strategic and Lead Creative Agency",
"status": "active",
"value": {
"amount": 14375000,
"currency": "GBP"
},
"dateSigned": "2025-07-08T00:00:00+01:00"
},
{
"id": "040444-2025-2-2",
"awardID": "040444-2025-2-2",
"title": "Lot 2 - Digital Media Services",
"status": "active",
"value": {
"amount": 6250000,
"currency": "GBP"
},
"dateSigned": "2025-07-08T00:00:00+01:00"
},
{
"id": "040444-2025-3-3",
"awardID": "040444-2025-3-3",
"title": "Lot 3 - Offline Media Services",
"status": "active",
"value": {
"amount": 14375000,
"currency": "GBP"
},
"dateSigned": "2025-07-08T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 10
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 10
},
{
"id": "11",
"measure": "bids",
"relatedLot": "3",
"value": 10
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 1
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "3",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 1
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "3",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 2
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "3",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 10
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 10
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "3",
"value": 10
}
]
}
}