Classified Advertising Framework Agreement for the Northern Ireland Civil Service, Agencies and Non-Departmental Public Bodies
A Tender Notice
by DEPARTMENT OF FINANCE
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- £4M
- Sector
- PROFESSIONAL
- Published
- 05 Jun 2025
- Delivery
- 23 Sep 2025 to 22 Sep 2029
- Deadline
- 07 Jul 2025 14:00
Concepts
Location
Geochart for 1 buyers and 0 suppliers
1 buyer
- Department of Finance Belfast
Description
The Northern Ireland Civil Service’s Executive Information Service’s Government Advertising Unit (GAU) wishes to establish an Advertising Framework Agreement for Classified Advertising which will provide classified advertising on behalf of the Northern Ireland Public Sector.
Award Criteria
AC1 Methodology | Suppliers must detail how they will provide the service as outlined in the specification. The response must include how they will deal with the following: • the handling of the approval process; • quality control; • dealing with urgent and/or high profile requests; and • providing media advice and guidance demonstrating an application of knowledge of the Northern Ireland media. |
AC2 Social Value | As detailed in Annex E of ‘Schedule 2 Specification’, the Supplier must provide social value to a minimum value of 40 social value points for every £1 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 160 social value points. Suppliers 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. Suppliers must also provide a written response that details how they will deliver the social value initiatives and must address the following: • The timescales for delivery of the social value requirements; • The 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); • The activities they will undertake to deliver the social value initiatives selected within their completed Social Value Delivery Plan; • How they will engage with key stakeholders (including the Authority, social value beneficiaries, organisations within the voluntary, community and social enterprise sector etc.); • Confirmation that the activities included in the response are forward looking activities which are directly related to this contract; and • How they will monitor and report on the delivery of the social value requirements and address any performance issues. |
AC3 Internal Systems | Suppliers must provide details of the internal systems that will be in place to deliver the requirement including records management, workflow management, cost control and reporting. |
AC4 Key Personnel Experience | Suppliers must nominate a team of key personnel who will be assigned to deliver this requirement upon contract award. The individuals must demonstrate experience by way of examples, in the following areas: 1. Delivered and designed classified advertising requirements as required from the specification; 2. Experience of working to urgent deadlines; and 3. Delivered out of hours service. Members of the proposed team can use different example(s) provided their collective experience meets all the requirements set out above. The example(s) must include: • Job title/ grade of team member; • The programme title and details; and • The individual’s roles and responsibilities within that programme including methodology used. Examples should focus on individual input as opposed to programme delivery. For 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 or 3 but another member of the team could meet 2 and not 1 or 3 etc. Provided all requirements are met by the combined team, you have addressed this criterion. Suppliers must note that names of individual team members must not be stipulated within their tender response for this criterion. Grades will suffice. |
AC5 Contingency Planning and Business Continuity | Suppliers must provide a response to demonstrate their ability to ensure the continued delivery of a quality service in the event of unplanned events including the delivery of an emergency contact and out of hours service if required; fluctuations in the volume of work at key times of the year; changes in staff resourcing and the absence or unavailability of key personnel for any reason. The response must also include details of any processes for cancellation or errors, including the process for ensuring notices aren’t published in error. |
AC5 Total Costs for Public Notices | _ |
AC6 Total Costs for Run of Paper | _ |
AC7 Total Costs for Recruitment Ads | _ |
AC8 Total Costs for Non-Commission Fee | _ |
AC9 Account Manager Hourly Rate | _ |
AC10 Graphic Designer Hourly Rate (must include format, design and placement of adverts) | _ |
CPV Codes
- 79341000 - Advertising services
- 79341200 - Advertising management services
- 79341400 - Advertising campaign services
Indicators
- This is a recurring contract.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. **
Reference
- ocds-h6vhtk-05436f
- FTS 030185-2025