Section one: Contracting authority/entity
one.1) Name and addresses
Tourism Northern Ireland
Linum Chambers, Bedford Square
BELFAST
BT2 7ES
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UKN - Northern Ireland
Internet address(es)
Main address
Buyer's address
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 2342618 DfE TNI - Advertising and Marketing Services
Reference number
ID 2342618
two.1.2) Main CPV code
- 79340000 - Advertising and marketing services
two.1.3) Type of contract
Services
two.1.4) Short description
Following a competition advertised in the Official Journal of the EU on 29/09/2019 the Department for the Economy Tourism NI entered into a contract for the supply and delivery of its marketing and associated services, but due to the impact of Covid-19 the level of support required by the tourism industry has been unprecedented and unforeseen at the time of securing the contract. This contract has 8 months remaining on the initial contract period, with 3 x 12 month options to extend. Therefore, Tourism NI requires a variation to the value of the contract to avoid an imminent change in supplier which would incur substantial inconvenience/duplication of cost, and to ensure continuity of service to cover until 16/02/2024. This will allow sufficient time to retender the contract. Tourism NI wishes to increase the value of the contract by £10,500,000 ex VAT (50% of the original contract value), to cover requirements until 16/02/2024.
Tourism NI is relying on the Regulation 72(1)(c) provision as the need for change could not have been foreseen by a “diligent” Department, the changes do not affect the overall nature of the contract or exceed 50% of the value of the original contract value. Covid-19 could not have been predicted; therefore, these increased requirements could not have been foreseen or accounted for when estimating the contract value at the time of tender. The services provided through the contract will remain in line with those specified at the time of going to tender. The proposed change to the estimated contract value does not exceed this threshold.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £21,000,000
two.2) Description
two.2.1) Title
Strategic and Lead Creative Agency
Lot No
1
two.2.2) Additional CPV code(s)
- 79341200 - Advertising management services
- 79341400 - Advertising campaign services
- 79340000 - Advertising and marketing services
- 79341000 - Advertising services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Tourism Northern Ireland wishes to appoint a Contractor or Contractors for the supply and delivery of its marketing and associated services. These requirements have been split into 4 Lots as detailed below. Whilst no spend is guaranteed against any of the Lots, the 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 £4m Lot 2: Online Media Services with an estimated contract value of £3m Lot 3: Offline Media Services with an estimated contract value of £6m Lot 4: Design, Marketing and Content Services with an estimated contract value of £8m.
two.2.5) Award criteria
Quality criterion - Name: AC1 Contract Management / Weighting: 8
Quality criterion - Name: AC2 Business Continuity / Weighting: 8
Quality criterion - Name: AC3 Presentation of Marketing Strategy / Weighting: 64
Cost criterion - Name: AC4 Average Hourly Rate / Weighting: 20
two.2.11) Information about options
Options: Yes
Description of options
3 options to extend for periods of 1 year each
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Online Media Services
Lot No
2
two.2.2) Additional CPV code(s)
- 79341200 - Advertising management services
- 79341400 - Advertising campaign services
- 79340000 - Advertising and marketing services
- 79341000 - Advertising services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Tourism Northern Ireland wishes to appoint a Contractor or Contractors for the supply and
delivery of its marketing and associated services. These requirements have been split into 4 Lots as detailed below. Whilst no spend is guaranteed against any of the Lots, the 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 £4m Lot 2: Online Media Services with an estimated contract value of £3m Lot 3: Offline Media Services with an estimated contract value of £6m Lot 4: Design, Marketing and Content Services with an estimated contract value of £8m.
two.2.5) Award criteria
Quality criterion - Name: AC1 Digital Marketing Strategy / Weighting: 64
Quality criterion - Name: AC2 Contract Management / Weighting: 8
Quality criterion - Name: AC3 Business Continuity / Weighting: 8
Cost criterion - Name: AC4 Average Hourly Rate / Weighting: 20
two.2.11) Information about options
Options: Yes
Description of options
3 options to extend for periods of 1 year each
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Offline Media Services
Lot No
3
two.2.2) Additional CPV code(s)
- 79341200 - Advertising management services
- 79341400 - Advertising campaign services
- 79340000 - Advertising and marketing services
- 79341000 - Advertising services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Tourism Northern Ireland wishes to appoint a Contractor or Contractors for the supply and
delivery of its marketing and associated services. These requirements have been split into 4 Lots as detailed below. Whilst no spend is guaranteed against any of the Lots, the 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 £4m Lot 2: Online Media Services with an estimated contract value of £3m Lot 3: Offline Media Services with an estimated contract value of £6m Lot 4: Design, Marketing and Content Services with an estimated contract value of £8m.
two.2.5) Award criteria
Quality criterion - Name: AC1 Offline Media Strategy / Weighting: 48
Quality criterion - Name: AC2 Audience led / Weighting: 16
Quality criterion - Name: AC3 Contract Management / Weighting: 8
Quality criterion - Name: AC4 Business Continuity / Weighting: 8
Cost criterion - Name: AC5 Media Commission Rebate / Weighting: 10
Cost criterion - Name: AC6 Average Hourly Rate / Weighting: 10
two.2.11) Information about options
Options: Yes
Description of options
3 options to extend for periods of 1 year each
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Design, Marketing and Content Services
Lot No
4
two.2.2) Additional CPV code(s)
- 79341200 - Advertising management services
- 79341400 - Advertising campaign services
- 79340000 - Advertising and marketing services
- 79341000 - Advertising services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Tourism Northern Ireland wishes to appoint a Contractor or Contractors for the supply and
delivery of its marketing and associated services. These requirements have been split into 4 Lots as detailed below. Whilst no spend is guaranteed against any of the Lots, the 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 £4m Lot 2: Online Media Services with an estimated contract value of £3m Lot 3: Offline Media Services with an estimated contract value of £6m Lot 4: Design, Marketing and Content Services with an estimated contract value of £8m.
two.2.5) Award criteria
Quality criterion - Name: AC1 Content Commissioning / Weighting: 64
Quality criterion - Name: AC2 Contract Management / Weighting: 8
Quality criterion - Name: AC3 Business Continuity / Weighting: 8
Cost criterion - Name: AC4 Hourly Rates / Weighting: 20
two.2.11) Information about options
Options: Yes
Description of options
3 options to extend for periods of 1 year each
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
Regulation 72(1)(c) provision as the need for change could not have been foreseen by a “diligent” Department, the changes do not affect the overall nature of the contract or exceed 50% of the value of the original contract value. Covid-19 could not have been predicted; therefore, these increased requirements could not have been foreseen or accounted for when estimating the contract value at the time of tender. The services provided through the contract will remain in line with those specified at the time of going to tender. The proposed change to the estimated contract value does not exceed this threshold.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 040-095930
Section five. Award of contract/concession
Contract No
1
Lot No
1
Title
Strategic and Lead Creative Agency
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
20 February 2020
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
TRAMWAY INVESTMENT HOLDINGS LIMITED
17 Gilford Road
Dublin
4
Telephone
+44 12060600
Country
Ireland
NUTS code
- IE - Ireland
Internet address
https://etendersni.gov.uk/epps
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £4,000,000
Total value of the contract/lot/concession: £6,000,000
Section five. Award of contract/concession
Contract No
2
Lot No
2
Title
Online Media Services
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
20 February 2020
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
LOUD MOUTH MEDIA LTD
Thomas House 14 -16 James Street South
Belfast
BT2 7GA
Telephone
+44 2890997001
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £3,000,000
Total value of the contract/lot/concession: £4,500,000
Section five. Award of contract/concession
Contract No
3
Lot No
3
Title
Offline Media Services
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
20 February 2020
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
MAMMOTH DESIGN CONSULTANTS LTD
84-94 Great Patrick Street
Belfast
BT1 2LU
Telephone
+44 2890240250
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £6,000,000
Total value of the contract/lot/concession: £9,000,000
Section five. Award of contract/concession
Contract No
4
Lot No
4
Title
Design, Marketing and Content Services
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
20 February 2020
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
TRAMWAY INVESTMENT HOLDINGS LIMITED
17 Gilford Road
Dublin
4
Telephone
+44 12060600
Country
Ireland
NUTS code
- IE - Ireland
Internet address
https://etendersni.gov.uk/epps
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £8,000,000
Total value of the contract/lot/concession: £12,000,000
Section six. Complementary information
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will 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 twelve months from the date of issue of the certificate.
six.4) Procedures for review
six.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
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 (as amended) 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.