Section one: Contracting authority
one.1) Name and addresses
Livestock and Meat Commission for Northern Ireland
Lissue Industrial Estate East 1A Lissue Walk
Lisburn
BT28 2LU
ssdadmin.cpd@finance-ni.gov.uk
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
Tenders or requests to participate must be submitted to the above-mentioned address
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 4891033 - DAERA - LMCNI - Information Campaign for NIFQA Beef and Lamb
two.1.2) Main CPV code
- 79341000 - Advertising services
two.1.3) Type of contract
Services
two.1.4) Short description
The Livestock and Meat Commission for Northern Ireland (LMC), wishes to appoint an advertising agency to provide market information services to promote Northern Ireland Farm Quality Assured (NIFQA) beef and lamb in the domestic market. Based on research data outlined in this report, LMC believe that a media neutral market information campaign partnered with accompanying supportive creative materials is a worthwhile value for money activity to support the achievement of LMC strategic aims and objectives. This specification sets out the reasons for this and provides the relevant datasets in support of LMC’s strategic objectives.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79341400 - Advertising campaign services
- 79340000 - Advertising and marketing services
- 79341200 - Advertising management services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Livestock and Meat Commission for Northern Ireland (LMC), wishes to appoint an advertising agency to provide market information services to promote Northern Ireland Farm Quality Assured (NIFQA) beef and lamb in the domestic market. Based on research data outlined in this report, LMC believe that a media neutral market information campaign partnered with accompanying supportive creative materials is a worthwhile value for money activity to support the achievement of LMC strategic aims and objectives. This specification sets out the reasons for this and provides the relevant datasets in support of LMC’s strategic objectives.
two.2.5) Award criteria
Quality criterion - Name: AC1 - Strategic Solution for new LMC Strategic Market Information Campaign / Weighting: 17.6
Quality criterion - Name: AC2 - Media Strategy, Rationale and Media Plan LMC Strategic Market Information Campaign for Financial Year 2023/24 / Weighting: 13.6
Quality criterion - Name: AC3 - Proposals for Tracking Research and Evaluation for the existing LMC Strategic Market Information Campaign / Weighting: 3.2
Quality criterion - Name: AC4 - Creative Proposal for the LMC Strategic Market Information Campaign / Weighting: 20.8
Quality criterion - Name: AC5 - Campaign and Media Evaluation (Scenario) / Weighting: 2.4
Quality criterion - Name: AC6 - Key Personnel Experience / Weighting: 3.2
Quality criterion - Name: AC7 - Social Value / Weighting: 10.4
Quality criterion - Name: AC8 - Contract Management / Weighting: 2.4
Quality criterion - Name: AC9 - User Experience | User Interface | Usability | Accessibility / Weighting: 6.4
Cost criterion - Name: AC10 - Total Campaign Delivery Cost / Weighting: 10
Cost criterion - Name: AC11 - Average Hourly Rate / Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
The estimated total contract value in ii.2.6 is a maximum estimated figure for the entire period of the. contract. There is no guarantee of work or spend given. Options will align with budgets which are subject to confirmation and approval by the Department and are not guaranteed.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
21 September 2023
Local time
3:00pm
Changed to:
Date
22 September 2023
Local time
3:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 20 December 2023
four.2.7) Conditions for opening of tenders
Date
22 September 2023
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored.. 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 Construction and Procurement Delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions. of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up to three years. The Authority expressly reserves the rights: (I) not to award any contract as a result of the procurement process commenced by publication of this notice; (II) to make whatever changes it may see fit to the content and structure of the tendering Competition; (III) to award a contract in respect of any part of the services covered by this notice; and (IV) to award contract(s) in stages. In no circumstances will the. Authority be liable for any costs incurred by candidates. This project will be used to progress the Government’s wider social, economic and environmental objectives.
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 will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.