Peabody Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | PE0566 - Marketing Framework |
Notice type: | Contract Notice |
Authority: | Peabody Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Peabody New Homes team has a large portfolio of award-winning homes and are dedicated to finding buyers a home that is more than just a place to live through Shared Ownership, Private Sale and London Living Rent across London and the Home Counties. Peabody has a track record of delivering exceptional homes across London and south east England and are the third largest housebuilder in London, behind only Berkeley and Barratt. We are committed to delivering some 6,600 homes by 2029 across multiple development projects. We are seeking to establish a 4 Lot Framework to provide marketing services to support the marketing and sale of our developments. The lot structure is broken down as follows: Lot 1 - 3D Modelmakers, Lot 2 - CGI and 3D Visualisation, Lot 3 - Signage, Lot 4 - Marketing suites. |
Published: | 18/02/2025 16:28 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Peabody Trust
45 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 7503937502, Email: Mobolaji.Dawodu@peabody.org.uk
Contact: Mobolaji Dawodu
Main Address: www.peabody.org.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Marketing-services./834X988BKX
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: PE0566 - Marketing Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
79342000 - Marketing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Peabody New Homes team has a large portfolio of award-winning homes and are dedicated to finding buyers a home that is more than just a place to live through Shared Ownership, Private Sale and London Living Rent across London and the Home Counties.
Peabody has a track record of delivering exceptional homes across London and south east England and are the third largest housebuilder in London, behind only Berkeley and Barratt. We are committed to delivering some 6,600 homes by 2029 across multiple development projects.
We are seeking to establish a 4 Lot Framework to provide marketing services to support the marketing and sale of our developments.
The lot structure is broken down as follows: Lot 1 - 3D Modelmakers, Lot 2 - CGI and 3D Visualisation, Lot 3 - Signage, Lot 4 - Marketing suites.
II.1.5) Estimated total value:
Value excluding VAT: 7,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: 3D Modelmakers
Lot No: 1
II.2.2) Additional CPV codes:
34999400 - Scale models.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Peabody have an ambitious sales programme over the next four years and require the support of experienced modelmakers to plan, design, build and install 3D models of small to large schemes. If required, cross collaboration with other suppliers will be essential to ensure overall effective delivery to Peabody. This will provide added value for prospective buyers and will be used as a practical selling tool to showcase the available/ sold homes, scheme unique selling points and the immediate surrounding area.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 5
Cost criterion - Name: Price / Weighting: 35
II.2.6) Estimated value:
Value excluding VAT: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: It is expected that the framework will be retendered at expiry subject to the needs of the business
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/M5R2U2P6D7
II.2) Description Lot No. 2
II.2.1) Title: CGI and 3D Visualisation
Lot No: Lot 2
II.2.2) Additional CPV codes:
48322000 - Graphics software package.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: We require the support of experienced CGI and interactive visualisation providers to produce photorealistic virtual visualisation and exceptional interactive systems that bridge the gap between physical and digital customer experiences.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 35
II.2.6) Estimated value:
Value excluding VAT: 1,800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Signage
Lot No: Lot 3
II.2.2) Additional CPV codes:
34928470 - Signage.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: We require the support of experienced sign manufacturing and installation suppliers to produce high quality signage at new build development locations to support sales.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 35
II.2.6) Estimated value:
Value excluding VAT: 700,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Marketing Suites
Lot No: Lot 4
II.2.2) Additional CPV codes:
79342000 - Marketing services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: We require the support of experienced marketing suite designers to plan, design, install and dress our sales and marketing suites. Ability to design and deliver (Cat A & Cat B) marketing suites for in-build residential & commercial units plus bespoke standalone marketing suites is required. Collaborative working with other suppliers is essential to ensure effective delivery. Marketing suites should provide practical selling spaces that showcase the available products and homes, stand out from competitor schemes using the scheme’s brand, and resonate with our target demographic, adding value to the customer journey for prospective buyers.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 35
II.2.6) Estimated value:
Value excluding VAT: 4,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 20/03/2025 Time: 18:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Marketing-services./834X988BKX
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/834X988BKX
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 18/02/2025
Annex A