Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

ID 5351281 - DfE Tourism NI - Advertising and Marketing Services

  • First published: 28 July 2025
  • Last modified: 28 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04b63e
Published by:
Tourism Northern Ireland
Authority ID:
AA77541
Publication date:
28 July 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 £14,375,000 Lot 2: Digital Media Services with an estimated contract value of £6,250,000 Lot 3: Offline Media Services with an estimated contract value of £14,375,000. 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

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Tourism Northern Ireland

10-12 Linum Chambers, Bedford Street

BELFAST

BT2 7ES

UK

E-mail: ssdadmin.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.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ID 5351281 - DfE Tourism NI - Advertising and Marketing Services

Reference number: ID 5351281

II.1.2) Main CPV code

79341000

 

II.1.3) Type of contract

Services

II.1.4) Short 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 £14,375,000 Lot 2: Digital Media Services with an estimated contract value of £6,250,000 Lot 3: Offline Media Services with an estimated contract value of £14,375,000. 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

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 35 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Strategic and Lead Creative Agency

II.2.2) Additional CPV code(s)

79340000

79341400

79341200

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

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 £14,375,000 Lot 2: Digital Media Services with an estimated contract value of £6,250,000 Lot 3: Offline Media Services with an estimated contract value of £14,375,000. 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

II.2.5) Award criteria

Quality criterion: AC1 - Contract Management / Weighting: 7.2

Quality criterion: AC2 - Business Continuity / Weighting: 7.2

Quality criterion: AC3 - Social Value / Weighting: 10.8

Quality criterion: AC4 - Presentation of Marketing Strategy / Weighting: 64.8

Cost criterion: AC5 - Average Hourly Rate / Weighting: 10

II.2.11) Information about options

Options: Yes

Description of 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

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

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.

Lot No: 2

II.2.1) Title

Lot 2 - Digital Media Services

II.2.2) Additional CPV code(s)

79340000

79341400

79341200

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

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 £14,375,000 Lot 2: Digital Media Services with an estimated contract value of £6,250,000 Lot 3: Offline Media Services with an estimated contract value of £14,375,000. 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

II.2.5) Award criteria

Quality criterion: AC1 - Digital Marketing Strategy / Weighting: 64.8

Quality criterion: AC2 - Contract Management / Weighting: 7.2

Quality criterion: AC3 - Business Continuity / Weighting: 7.2

Quality criterion: AC4 - Social Value / Weighting: 10.8

Cost criterion: AC5 - Average Hourly Rate / Weighting: 10

II.2.11) Information about options

Options: Yes

Description of 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.

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

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.

Lot No: 3

II.2.1) Title

Lot 3 - Offline Media Services

II.2.2) Additional CPV code(s)

79340000

79341400

79341200

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

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 £14,375,000 Lot 2: Digital Media Services with an estimated contract value of £6,250,000 Lot 3: Offline Media Services with an estimated contract value of £14,375,000. 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

II.2.5) Award criteria

Quality criterion: AC1 - Offline Media Strategy / Weighting: 42

Quality criterion: AC2 - Audience Lead / Weighting: 6.3

Quality criterion: AC3 - Contract Management / Weighting: 5.6

Quality criterion: AC4 - Business Continuity / Weighting: 5.6

Quality criterion: AC5 - Social Value / Weighting: 10.5

Cost criterion: AC6 - Media Comission Rebate / Weighting: 25.2

Cost criterion: AC7 - Average Hourly Rate / Weighting: 4.8

II.2.11) Information about options

Options: Yes

Description of 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.

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

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.

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-036764

Section V: Award of contract

Lot No: 1

Contract No: 1

Title: Lot 1 - Strategic and Lead Creative Agency

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

08/07/2025

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

CAWLEY NEA LIMITED

41A BLACKBERRY LANE

DUBLIN

D06A2H1

IE

E-mail: disruption@tbwa.com

NUTS: IE

Internet address(es)

URL: https://tbwa.com/about/

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 14 375 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 2

Title: Lot 2 - Digital Media Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

08/07/2025

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

MC SAATCHI UK LTD

34-36 GOLDEN SQUARE

LONDON

W1F 9EE

UK

E-mail: new.business@mcsaatchi.com

NUTS: UK

Internet address(es)

URL: https://mcsaatchi.com/

The contractor is an SME: No

V.2.3) Name and address of the contractor

ARDMORE ADVERTISING MARKETING LTD

Ardmore House

HOLYWOOD

BT18 9JQ

UK

E-mail: miriam.moertl@ARDMORE.CO.UK

NUTS: UK

Internet address(es)

URL: https://www.ardmore.co.uk/

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 6 250 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 3

Title: Lot 3 - Offline Media Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

08/07/2025

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ARDMORE ADVERTISING MARKETING LTD

Ardmore House

HOLYWOOD

BT18 9JQ

UK

E-mail: miriam.moertl@ARDMORE.CO.UK

NUTS: UK

Internet address(es)

URL: https://www.ardmore.co.uk/

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MAMMOTH DESIGN CONSULTANTS LTD

Sinclair House, Royal Avenue

BELFAST

BT1 1EX

UK

E-mail: ryan@mammoth.tv

NUTS: UK

Internet address(es)

URL: https://mammoth.tv/

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 14 375 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

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.

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 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.

VI.5) Date of dispatch of this notice

16/07/2025

Coding

Commodity categories

ID Title Parent category
79340000 Advertising and marketing services Market and economic research; polling and statistics
79341400 Advertising campaign services Advertising services
79341200 Advertising management services Advertising services
79341000 Advertising services Advertising and marketing services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ssdadmin.cpd@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.