← Back to opportunities

DFE - InterTradeIreland - Provision of Creative Design, Advertising, Print and Related Services

InterTradeIreland

Buyer Contact Info

Buyer Name: InterTradeIreland

Buyer Address: Kilmorey Street, Newry, UKN08, BT34 2DE, United Kingdom

Contact Email: SSDAdmin.CPD@finance-ni.gov.uk

Buyer Name: CPD - Supplies and Services Division

Buyer Address: Clare House, 303 Airport Road West, Belfast, UKN06, BT3 9ED, United Kingdom

Status
active
Procedure
open
Value
2880000.0 GBP
Gross: 3456000 GBP
Published
21 Jul 2025, 08:47
Deadline
20 Aug 2025, 14:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
79340000 - Advertising and marketing services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

InterTradeIreland wishes to appoint a Supplier to provide a comprehensive suite of services including Brand Strategy, Creative Design, Advertising and Related Services to support the brand positioning and promotion of InterTradeIreland across the island of Ireland, north and south.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/041497-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 2,880,000

Lot 1 Value (Gross): GBP 3,456,000

Lot 1 Contract Start: 2025-11-03T00:00:00+00:00

Lot 1 Contract End: 2027-11-02T23:59:59+00:00

Lot 1 Award Criterion (quality): AC1 Strategic Solution (12.6%)

Lot 1 Award Criterion (quality): AC2 Media Strategy, Rationale and Media Plan (11.2%)

Lot 1 Award Criterion (quality): AC3 Creative Proposal (11.2%)

Lot 1 Award Criterion (quality): AC4 Proposals for Measurement, Monitoring and Evaluation (6.3%)

Lot 1 Award Criterion (quality): AC5 Key Personnel Experience (12.6%)

Lot 1 Award Criterion (quality): AC6 Contract Management and Business Continuity (5.6%)

Lot 1 Award Criterion (quality): AC7 Social Value (10.5%)

Lot 1 Award Criterion (price): AC8 Total Agency Cost for Scenario (20%)

Lot 1 Award Criterion (price): AC9 Average Hourly Rate (10%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PZBY-5224-MBBM",
    "name": "InterTradeIreland"
  },
  "date": "2025-07-21T09:47:39+01:00",
  "id": "041497-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-056299",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Newry",
        "postalCode": "BT34 2DE",
        "region": "UKN08",
        "streetAddress": "Kilmorey Street"
      },
      "contactPoint": {
        "email": "SSDAdmin.CPD@finance-ni.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          },
          {
            "description": "Northern Irish devolved regulations apply",
            "id": "GB-NIR",
            "scheme": "UK_CA_DEVOLVED_REGULATIONS"
          }
        ],
        "url": "https://intertradeireland.com"
      },
      "id": "GB-PPON-PZBY-5224-MBBM",
      "identifier": {
        "id": "PZBY-5224-MBBM",
        "scheme": "GB-PPON"
      },
      "name": "InterTradeIreland",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Belfast",
        "postalCode": "BT3 9ED",
        "region": "UKN06",
        "streetAddress": "Clare House, 303 Airport Road West"
      },
      "contactPoint": {
        "email": "SSDAdmin.CPD@finance-ni.gov.uk"
      },
      "details": {
        "url": "https://www.finance-ni.gov.uk/topics/procurement"
      },
      "id": "GB-PPON-PVWG-8426-YWXV",
      "identifier": {
        "id": "PVWG-8426-YWXV",
        "scheme": "GB-PPON"
      },
      "name": "CPD - Supplies and Services Division",
      "roleDetails": "Construction and Procurement Delivery \u2013 Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland",
      "roles": [
        "procuringEntity",
        "processContactPoint"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-09-19T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "Payments will be made within 30 days for valid, undisputed invoices. Following the Commencement Date the Supplier shall submit invoices as per the instructions specified below:\n(a)\tInvoices must be provided in pdf format with the relevant purchase order number quoted.\n(b)\tInvoices and Credit Notes must be sent directly to InterTradeIreland at finance@intertradeireland.com"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "InterTradeIreland wishes to appoint a Supplier to provide a comprehensive suite of services including Brand Strategy, Creative Design, Advertising and Related Services to support the brand positioning and promotion of InterTradeIreland across the island of Ireland, north and south. ",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-07-21T09:47:39+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "041497-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/041497-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-08-11T15:00:00+01:00"
    },
    "hasRecurrence": true,
    "id": "ID 5844721",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Advertising and marketing services",
            "id": "79340000",
            "scheme": "CPV"
          },
          {
            "description": "Advertising services",
            "id": "79341000",
            "scheme": "CPV"
          },
          {
            "description": "Advertising campaign services",
            "id": "79341400",
            "scheme": "CPV"
          },
          {
            "description": "Advertising management services",
            "id": "79341200",
            "scheme": "CPV"
          },
          {
            "description": "Printing and related services",
            "id": "79800000",
            "scheme": "CPV"
          },
          {
            "description": "Printing services",
            "id": "79810000",
            "scheme": "CPV"
          },
          {
            "description": "Services related to printing",
            "id": "79820000",
            "scheme": "CPV"
          },
          {
            "description": "Digital printing services",
            "id": "79811000",
            "scheme": "CPV"
          },
          {
            "description": "Print finishing services",
            "id": "79821000",
            "scheme": "CPV"
          },
          {
            "description": "Proofreading services",
            "id": "79821100",
            "scheme": "CPV"
          },
          {
            "description": "Lithographic services",
            "id": "79822400",
            "scheme": "CPV"
          },
          {
            "description": "Graphic design services",
            "id": "79822500",
            "scheme": "CPV"
          },
          {
            "description": "Printing and delivery services",
            "id": "79823000",
            "scheme": "CPV"
          },
          {
            "description": "Printing and distribution services",
            "id": "79824000",
            "scheme": "CPV"
          },
          {
            "description": "Motion picture and video services",
            "id": "92100000",
            "scheme": "CPV"
          },
          {
            "description": "Services in connection with motion-picture and video-tape production",
            "id": "92112000",
            "scheme": "CPV"
          },
          {
            "description": "Copyright consultancy services",
            "id": "79121000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKN"
          },
          {
            "country": "IE",
            "countryName": "Ireland",
            "region": "IE0"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Tenderers must provide a strategic solution to how they would deliver a corporate brand awareness strategy for InterTradeIreland, of which the objectives, target audiences and timeframes are set out in Annex A.\nThe tenderer\u2019s response must include: \n\uf0a7\tA strategic solution to requirements including the strategic thinking and rationale that underpins it;\n\uf0a7\tHow their recommended strategy will deliver on the objectives and challenges identified, including increasing InterTradeIreland brand awareness and differentiation;\n\uf0a7\tIdentification of the key issues and challenges and how these would be handled;\n\uf0a7\tHow they will gain a better understanding of the target audience;\n\uf0a7\tThe Key Performance Indicators they would use to demonstrate their effectiveness and efficiency in delivering brand growth and recall; and\n\uf0a7\tA detailed project timeline and required resources.\nResponses to this criterion must not exceed 10 single sided A4 pages. Should a Supplier exceed the page limit permitted, any information provided beyond the page limit permitted will not be considered. Arial font size 12 and 1.5 line spacing and standard margins must be used.",
              "name": "AC1 Strategic Solution",
              "numbers": [
                {
                  "number": 12.6,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Tenderers must outline a Media Strategy for the scenario set out in Annex A including:\n\uf0a7\tTheir media buying strategy, including how emerging media are used to enhance the effectiveness of the strategy, and how the strategy is future proofed;\n\uf0a7\tHow their strategic thinking has supported development of the strategy and media plan in order to reach the target audiences identified and deliver the objectives;\n\uf0a7\tA rationale for the media proposed and timings including how each media can influence the target audience\u2019s behaviour and meet the objectives; and\n\uf0a7\tA detailed media plan for a 12-week or three month timeframe, starting in January 2026 (Q1 2026), including digital and traditional channels, and based on the total campaign budget of \u00a3200K exc VAT, which is inclusive of all costs including all media spend, media buying, creative design, account management, campaign management, measurement and evaluation and any associated costs. Media budget should be weighted as appropriate for the proposed media plan.\nThe media strategy and media plan will be assessed by the media chosen and not the media cost.\nAll evidence/rationale presented in proposals must be clearly backed up by relevant research and these research sources must be clearly cited. When using media channel analysis tools, Suppliers must include an explanation of how conclusions were reached, including what parameters were used.\nThe media plan should demonstrate gross costs for all proposed media with adjustments for rebates and levies to then give a final cost to the Buyer i.e. no further rebates are outstanding to be applied to the campaign.\nResponses to this criterion must not exceed 6 single sided A4 page plus 1 x A3 Media Plan. Should a Supplier exceed the page limit permitted, any information provided beyond the page limit permitted will not be considered. Arial font size 12 and 1.5 line spacing and standard margins must be used.",
              "name": "AC2 Media Strategy, Rationale and Media Plan",
              "numbers": [
                {
                  "number": 11.2,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Suppliers are required to present one creative proposal for the scenario outlined in Annex A. They must:\n\uf0a7\tProvide a creative concept, idea and execution. The response must explain how the proposed creative will meet the campaign objectives, how it reflects the proposed media plan and media mix and how it will work across a range of advertising formats and support material, \n\uf0a7\tDemonstrate their creative approach and how it will strengthen and enrich InterTradeIreland\u2019s brand;\n\uf0a7\tDemonstrate and provide justification for positioning strategy, including campaign value proposition, messages, strapline;\n\uf0a7\tDemonstrate how they have undertaken concept testing and benchmarking; and\n\uf0a7\tDemonstrate how adaptable the creative is and how it can be refreshed over time.\nResponses to this criterion must not exceed 6 single sided A4 pages and two A3 storyboards in PDF format. Should a Supplier exceed the page limit permitted, any information provided beyond the page limit permitted will not be considered. Arial font size 12 and 1.5 line spacing and standard margins must be used, excluding the actual artwork being proposed. ",
              "name": "AC3 Creative Proposal",
              "numbers": [
                {
                  "number": 11.2,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Tenderers are required to provide one outline methodology for how they will monitor, measure and evaluate success and return on ad spend (ROAS), based on the requirements set out in Annex A, including:\n\uf0a7\tHow they will monitor and optimise the campaign to improve performance, throughout its duration;\n\uf0a7\tHow they will report on campaign progress throughout its duration;\n\uf0a7\tHow they will measure outputs and evaluate the campaign; and\n\uf0a7\tHow they will document, share and implement lessons learned for future campaigns.\nAll evidence/rationale presented must be clearly backed up by relevant justification as to why the proposed methodology should be used, including an explanation of how conclusions were reached and the proposed metrics.\nResponses to this criterion must not exceed 3 single sided A4 pages. Should a Supplier exceed the page limit permitted, any information provided beyond the page limit permitted will not be considered. Arial font size 12 and 1.5 line spacing and standard margins must be used.",
              "name": "AC4 Proposals for Measurement, Monitoring and Evaluation",
              "numbers": [
                {
                  "number": 6.3,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Tenderers must demonstrate, by way of example(s) achieved in the last 3 years*, experience of the proposed team of Key Personnel who will be assigned to deliver the contract, which must include the following roles:\n\uf0a7\tAccount Manager\n\uf0a7\tCreative Director\n\uf0a7\tMedia Director\n\uf0a7\tDigital Director\n\uf0a7\tDigital \u0026 Social Media Lead\n\uf0a7\tSenior Designer\n\uf0a7\tCopywriter\nThe individuals must provide an example(s) to demonstrate that they collectively have experience of working in the areas listed below:\n1.\tAccount Management\n2.\tBrand management and creative strategy;\n3.\tDigital and social media strategy;\n4.\tPlanning, executing, optimising, and reporting on multi-channel\u202fcampaigns.\n5.\tMedia Planning and Buying;\n6.\tCreative design and visual asset development across traditional and digital platforms, including static, digital, motion and interactive content;\n7.\tVideo production and;\n8.\tCopywriting.\nMembers of the proposed team can use different example(s) provided their collective experience meets all the requirements set out above. \nThe example(s) must include:\n\u2022\tJob title/ grade of team member;\n\u2022\tThe project title and details; and\n\u2022\tThe individual\u2019s roles and responsibilities within that project including methodology used.\nExamples should focus on individual input as opposed to project delivery.\nFor the avoidance of doubt, it is the experience of the team proposed that will be assessed under this award criterion. For example, one team member could meet 1 but not 2, 3, 4, 5, 6, 7 or 8 but another member of the team could meet 2 and not 1, 3, 4 5, 6, 7 or 8 etc.  Provided all requirements are met by the combined team, you have addressed this criterion.\nSuppliers must ensure that the identity of proposed personnel are not provided as part of this criterion\u2019s response. The grades or project roles will suffice. Names should only be included within the Pricing Schedule; where the grade or project role must correspond to the individuals proposed in response to this criterion.\nResponses to this criterion are limited to 3 x A4 pages per proposed team this is member. Should a Supplier exceed the page limit permitted, any information provided beyond the page limit permitted will not be considered. Arial font size 12, 1.5 line spacing must be used.\n*Tenderers should note that \u2018within the last 3 years\u2019 refers to within 3 years from the time-limit for receipt of tenders or requests to participate.",
              "name": "AC5 Key Personnel Experience",
              "numbers": [
                {
                  "number": 12.6,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Suppliers must set out:\n1.\ttheir proposed approach to demonstrate how they will engage with and manage the relationship with InterTradeIreland;\n2.\treporting arrangements and how these systems will be used to continuously monitor, benchmark, maintain quality control and improve service delivery during the full contract term;\n3.\tthe escalation procedures that will be employed to deal with any queries or problems that may occur including nominated senior point of contact;\n4.\ttheir proposed approach to ensure the continued delivery of a quality service particularly in the event of unplanned events including disruptions to subcontracting arrangements (if using sub-Contractor(s)); fluctuations in the volume of work at key times of the year; changes in staff resourcing and the absence or unavailability of key personnel; \n5.\ttheir proposed cost control for each campaign; and\n6.\tTheir proposed approach to providing design asset management throughout the contract.\nResponses to this criterion must not exceed 3 single sided A4 pages. Should a Supplier exceed the page limit permitted, any information provided beyond the page limit permitted will not be considered. Arial font size 12 and 1.5 line spacing and standard margins must be used.",
              "name": "AC6 Contract Management and Business Continuity",
              "numbers": [
                {
                  "number": 5.6,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "As detailed in Appendix B of \u2018Schedule 2 Specification\u2019, the Supplier must provide social value to a minimum value of 40 social value points for every \u00a31 million (and pro-rata) of the invoiced value. For the purposes of evaluation, Suppliers must submit their responses based on a minimum indicative value of 110 social value points.\nSuppliers are required to complete and submit with their tender response a Social Value Delivery Plan (excel spreadsheet) identifying which social value initiatives they will deliver to fulfil the minimum indicative social value points stated above. Suppliers must only complete the cells highlighted in yellow within the plan. Any additional information included within the plan will not be evaluated as part of the tender response.\nSuppliers must also provide a written response that details how they will deliver the social value initiatives and must address the following:\n\u2022\tThe timescales for delivery of the social value requirements;\n\u2022\tThe resources, both internal and external, they will use to plan and deliver the social value requirements (including details of suppliers in your supply chain on the contract);\n\u2022\tThe activities they will undertake to deliver the social value initiatives selected within their completed Social Value Delivery Plan;\n\u2022\tHow they will engage with key stakeholders (including the Authority, social value beneficiaries, organisations within the voluntary, community and social enterprise sector etc.);\n\u2022\tConfirmation that the activities included in the response are forward looking activities which are directly related to this contract; and\n\u2022\tHow they will monitor and report on the delivery of the social value requirements and address any performance issues.\nResponses to this criterion must not exceed 4 single sided A4 pages plus the Social Value Delivery Plan spreadsheet. Should a Supplier exceed the page limit permitted, any information provided beyond the page limit permitted will not be considered. Arial font size 12 and 1.5 line spacing and standard margins must be used, excluding the actual artwork being proposed.",
              "name": "AC7 Social Value",
              "numbers": [
                {
                  "number": 10.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Total Agency Cost for Scenario",
              "name": "AC8 Total Agency Cost for Scenario",
              "numbers": [
                {
                  "number": 20,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "Average Hourly Rate",
              "name": "AC9 Average Hourly Rate",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2027-11-02T23:59:59+00:00",
          "maxExtentDate": "2029-11-02T23:59:59+00:00",
          "startDate": "2025-11-03T00:00:00+00:00"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "There are options to extend for two further periods of up to 1 year each."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "TA1 Fair Work Practices- Suppliers must demonstrate, by way of a written response, the approach to fair work practices for personnel who will be engaged in the delivery of this contract. This includes for example any agency or sub-contractor workers and a collated response must be provided in regard to these personnel. The response must be relevant and tailored to these services.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 2880000,
          "amountGross": 3456000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "dates": [
        {
          "startDate": "2029-07-21T23:59:59+01:00"
        }
      ]
    },
    "status": "active",
    "submissionMethodDetails": "https://etendersni.gov.uk/epps",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-08-20T15:00:00+01:00"
    },
    "title": "DFE - InterTradeIreland - Provision of Creative Design, Advertising, Print and Related Services",
    "value": {
      "amount": 2880000,
      "amountGross": 3456000,
      "currency": "GBP"
    }
  }
}