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