Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Executive Office
Stormont Castle, Stormont Estate
BELFAST
BT4 3TT
UK
E-bost: ssdadmin.cpd@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://etendersni.gov.uk/epps
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://etendersni.gov.uk/epps
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
ID 5584876 - TEO - Contingency Campaign Advertising Contract
II.1.2) Prif god CPV
79341000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
TEO - Contingency Campaign Advertising Contract The Executive Information Service, hereby referred to as ‘the Buyer’ wishes to appoint a full-service advertising agency to develop and deliver mass media advertising campaigns and related services in the event of a significant emergency that threatens to have a wide reaching and/or prolonged impact on the citizens of Northern Ireland. The Contractor will be required to provide a comprehensive suite of services including creative development and strategy, advertising (traditional and digital), creative design and content creation, copywriting, campaign management and evaluation to ensure value for money and impact amongst its target audiences. The detail of any campaign will depend on the circumstances however the overarching objectives of any public information advertising campaign will be: • To increase public awareness of the emergency/issue and to provide them with the information they need to stay safe • To communicate NI Executive’s decisions in relation to the emergency/issue. • To minimise misunderstanding, rumours and misinformation. • To ensure that messages are disseminated in a timely, targeted and consistent manner. • To target specific audiences and stakeholders with key information. • To encourage the public/stakeholders to take any necessary actions. Note, these are typical of the type of services which will be required for work commissioned under this Contract. The Buyer has endeavoured to be as accurate as possible, however the actual requirement for work to be carried out will be further defined during the lifetime of the Contract.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
79340000
79341400
79341200
II.2.3) Man cyflawni
Cod NUTS:
UKN0
II.2.4) Disgrifiad o’r caffaeliad
TEO - Contingency Campaign Advertising Contract The Executive Information Service, hereby referred to as ‘the Buyer’ wishes to appoint a full-service advertising agency to develop and deliver mass media advertising campaigns and related services in the event of a significant emergency that threatens to have a wide reaching and/or prolonged impact on the citizens of Northern Ireland. The Contractor will be required to provide a comprehensive suite of services including creative development and strategy, advertising (traditional and digital), creative design and content creation, copywriting, campaign management and evaluation to ensure value for money and impact amongst its target audiences. The detail of any campaign will depend on the circumstances however the overarching objectives of any public information advertising campaign will be: • To increase public awareness of the emergency/issue and to provide them with the information they need to stay safe • To communicate NI Executive’s decisions in relation to the emergency/issue. • To minimise misunderstanding, rumours and misinformation. • To ensure that messages are disseminated in a timely, targeted and consistent manner. • To target specific audiences and stakeholders with key information. • To encourage the public/stakeholders to take any necessary actions. Note, these are typical of the type of services which will be required for work commissioned under this Contract. The Buyer has endeavoured to be as accurate as possible, however the actual requirement for work to be carried out will be further defined during the lifetime of the Contract.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Contract will be for an initial period of three years followed by two optional extension periods of one year each.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
As the implementation of this Contract will be driven by factors outside the control of The Executive Office, no guarantees can be given about the volume or value of the Contract used in any given year or during the Contract lifetime.. . In the event of a significant emergency, and where the contract is activated the value of this contract is up to £3,000,000. As the value of this contract is difficult to define, there may be a requirement to increase the contract value providing any requirement falls within the scale and scope of this contract. However, if the contract is not activated then the annual spend will be £1,000.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Candidates will be assessed in accordance with Regulation 58 of the Public Contract Regulations 2015 as set out in the Information Memorandum. A selection process will also be used to identify economic operators, who having submitted a response to the Selection Questionnaire, sufficiently demonstrate to the Department’s satisfaction the appropriate technical and professional ability, economic, financial and legal standing to meet the requirements of the contract.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
16/04/2025
Amser lleol: 15:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
15/07/2025
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
16/04/2025
Amser lleol: 15:30
Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:
Only CPD Procurement Staff with access to the project on eTendersNI.
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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.. . 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(s) in respect of any part(s) of the [services] covered by this notice; and. (IV). to award contract(s) in stages.. . and in no circumstances will the Authority be liable for any costs incurred by candidates..
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
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) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
CPD will comply with the Public Contracts Regulations 2015 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.
VI.5) Dyddiad anfon yr hysbysiad hwn
21/02/2025