Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
InterTradeIreland
InterTradeIreland, Kilmorey Street
Newry
BT34 2DE
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://intertradeireland.com/
Address of the buyer profile: https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ID 5422287 - DfE - InterTradeIreland - Event Management Services
Reference number: 5422287
II.1.2) Main CPV code
79951000
II.1.3) Type of contract
Services
II.1.4) Short description
InterTradeIreland requires a supplier to provide strategic event management services and to support the delivery of its programme of events in both Northern Ireland and Ireland. InterTradeIreland holds a number of events each year, ranging from small workshops, webinars, larger conferences, networking events and award dinners. These events are not only an essential part of programme delivery, but also assist InterTradeIreland in achieving the necessary levels of awareness, engagement and credibility amongst key audiences and meet annual brand awareness, pipeline and programme participation targets. Tenderers should refer to the Specification for further details on the services required.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 600 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
79950000
79952000
79956000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
InterTradeIreland requires a supplier to provide strategic event management services and to support the delivery of its programme of events in both Northern Ireland and Ireland. InterTradeIreland holds a number of events each year, ranging from small workshops, webinars, larger conferences, networking events and award dinners. These events are not only an essential part of programme delivery, but also assist InterTradeIreland in achieving the necessary levels of awareness, engagement and credibility amongst key audiences and meet annual brand awareness, pipeline and programme participation targets. Tenderers should refer to the Specification for further details on the services required.
II.2.5) Award criteria
Quality criterion: AC1 Event Director Experience
/ Weighting: 13.3
Quality criterion: AC2 Event Manager Experience
/ Weighting: 11.9
Quality criterion: AC3 Dedicated Event Delivery Team Experience
/ Weighting: 10.5
Quality criterion: AC4 Propsoed Methodology
/ Weighting: 15.4
Quality criterion: AC5 Contract Management
/ Weighting: 8.4
Quality criterion: AC6 Social Value
/ Weighting: 10.5
Cost criterion: AC7 Total Cost for VC Event
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
After the initial contract period, there are two options to extend the contract by up to one year each.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
2025/S 000-003608
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/04/2025
V.2.2) Information about tenders
Number of tenders received: 5
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: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ANDERSON SPRATT GROUP LTD
Anderson House
BELFAST
BT4 2GU
UK
Telephone: +44 2890802020
E-mail: hello@asgcomms.com
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
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:
: 1 600 000.00
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
08/05/2025