ForHousing: ForHousing Marketing Framework Agreement

  ForHousing is using Delta eSourcing to run this tender exercise

Notice Summary
Title: ForHousing Marketing Framework Agreement
Notice type: Contract Notice
Authority: ForHousing
Nature of contract: Services
Procedure: Restricted
Short Description: ForHousing is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of print management, marketing, creative design, website design and digital support services. The Framework Agreement is being divided into 3 Lots as follows: Lot 1 – Print Management Lot 2 – Creative Design Lot 3 - Website & Digital Support Service
Published: 11/04/2024 14:46
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Eccles: Marketing services.
Section I: Contracting Authority
      I.1) Name and addresses
             ForHousing Limited
             52 Regent Street, Eccles, M30 0BP, United Kingdom
             Tel. +44 3001235522, Email: procurement@forhousing.co.uk
             Contact: The Procurement Team
             Main Address: https://www.bipsolutions.com, Address of the buyer profile: www.forhousing.co.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: Yes.
      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-Eccles:-Marketing-services./63AX6W8TMD
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/63AX6W8TMD 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: ForHousing Marketing Framework Agreement       
      Reference Number: MarketingFW/Apr24/HC
      II.1.2) Main CPV Code:
      79342000 - Marketing services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: ForHousing is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of print management, marketing, creative design, website design and digital support services.

The Framework Agreement is being divided into 3 Lots as follows:

Lot 1 – Print Management
Lot 2 – Creative Design
Lot 3 - Website & Digital Support Service       
      II.1.5) Estimated total value:
      Value excluding VAT: 518,000       
      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: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The contracting authority reserves the right to award contracts combining the following lots: Lot 1 – Print Management, Lot 2 – Creative Design, Lot 3 - Website & Digital Support Services.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Print Management       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79810000 - Printing services.
      79811000 - Digital printing services.
      79823000 - Printing and delivery services.
      79820000 - Services related to printing.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot of the Framework Agreement is for the provision of print management services.

Under the Framework Agreement the following entities will have the option to call-off contracts with individual framework providers as and when services are required:

(i)ForHousing and any entity within the ForHousing group from time to time, which currently includes ForViva Devco Limited, ForCapital Limited and ForLiving Limited;
(ii)Any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;
(iii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForHousing consents

Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework providers.

The Framework Agreement will be in place for a maximum period of 4 years, bidders should note that individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.

The value of the Print Management contracts that may be called off under this Lot of the Framework Agreement during its 4 year term is estimated to be approximately £255,000.

Bidders should note that the estimated value of the Framework Agreement is based on ForHousing’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 255,000       
      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: 5
            / Maximum number: 10       
      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: The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Creative Design       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79822500 - Graphic design services.
      79415200 - Design consultancy services.
      79933000 - Design support services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot of the Framework Agreement is for the provision of creative design services.

Under the Framework Agreement the following entities will have the option to call-off contracts with individual framework providers as and when services are required:

(i)ForHousing and any entity within the ForHousing group from time to time, which currently includes ForViva Devco Limited, ForCapital Limited and ForLiving Limited;
(ii)Any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;
(iii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForHousing consents

Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework providers.

The Framework Agreement will be in place for a maximum period of 4 years, bidders should note that individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.

The value of the Creative Design contracts that may be called off under this Lot of the Framework Agreement during its 4 year term is estimated to be approximately £75,000.

Bidders should note that the estimated value of the Framework Agreement is based on ForHousing’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 75,000       
      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: 5
            / Maximum number: 10       
      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: The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Website & Digital Support Services       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      72413000 - World wide web WWW site design services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Description of procurement: This Lot of the Framework Agreement is for the provision of website design and digital support services.

Under the Framework Agreement the following entities will have the option to call-off contracts with individual framework providers as and when services are required:

(i)ForHousing and any entity within the ForHousing group from time to time, which currently includes ForViva Devco Limited, ForCapital Limited and ForLiving Limited;
(ii)Any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;
(iii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForHousing consents

Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework providers.

The Framework Agreement will be in place for a maximum period of 4 years, bidders should note that individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.

The value of the Website & Digital contracts that may be called off under this Lot of the Framework Agreement during its 4 year term is estimated to be approximately £188,000.

Bidders should note that the estimated value of the Framework Agreement is based on ForHousing’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Pricing / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 188,000       
      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: 5
            / Maximum number: 10       
      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: The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.       


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:          
      As set out in the tender    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      As set out in the tender    
      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       
      As set out in the tender          
      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: 30               
         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: 13/05/2024 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/06/2024       
      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: ForHousing reserves the right to cancel all or part of the procurement process at any time and to not award all or any part of the Framework Agreement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Eccles:-Marketing-services./63AX6W8TMD

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/63AX6W8TMD
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice in the Strand
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Royal Courts of Justice in the Strand
          London, United Kingdom
   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:
          Royal Courts of Justice in the Strand
       London, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 11/04/2024

Annex A


View any Notice Addenda

View Award Notice