- Scope of the procurement
- Lot 1. Design & Creative Agency
- Lot 2. PR Agency
- Lot 3. Media Buying & Management
- Lot 4. Show Homes & Marketing Suites - Residential
- Lot 5. Marketing Suite – Non-Residential
- Lot 6. Model Makers
- Lot 7. 3D & CGI
- Lot 8. Signage and Hoarding
- Lot 9a. Estate Agency
- Lot 9b. Valuations
- Lot 10a. Landscaping - North
- Lot 10b. Landscaping - London & South East
- Lot 10c. Landscaping - South West
- Lot 11a. Cleaning & Inspection Services - North
- Lot 11b. Cleaning & Inspection Services - London & South East
- Lot 11c. Cleaning & Inspection Services - South West
Section one: Contracting authority
one.1) Name and addresses
The Guinness Partnership Ltd
Bower House, 1 Stable Street
Oldham
OL9 7LH
Contact
Procurement
Telephone
+44 3031231890
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
http://www.guinnesspartnership.com/
Buyer's address
http://www.guinnesspartnership.com/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=dbfb4705-9758-ee11-8124-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=dbfb4705-9758-ee11-8124-005056b64545
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Marketing & Sales Framework
Reference number
DN650924
two.1.2) Main CPV code
- 79340000 - Advertising and marketing services
two.1.3) Type of contract
Services
two.1.4) Short description
Guinness are committed to providing as many high-quality homes as possible and to playing a significant part in tackling the country’s housing crisis. By March 2030 we aim to complete over 8,000 new homes; 7,000 of which will be affordable.
As a Strategic Partner of both Homes England and the Greater London Authority, we have grant funding that will enable many of these homes to be affordable homes. We also build homes for sale, both outright and as Shared Ownership. We are growing our land development pipeline to make it happen and have funding immediately available. Our strong financial position and track record means we confidently expect to invest over £2bn in the coming years.
To support our vision, we require a framework of agencies to provide a range of marketing and sales services to support the promotion and sale of these properties over a four year period. The requirements are split into the following lots:
Lot 1: Design & Creative Agency
Lot 2: PR Agency
Lot 3: Media Buying & Management
Lot 4: Show Homes & Marketing Suites - Residential
Lot 5: Marketing Suite – Non-Residential
Lot 6: Model Makers
Lot 7: 3D & CGI
Lot 8: Signage and Hoarding
Lot 9a: Estate Agency
Lot 9b: Valuations
Lot 10a: Landscaping - North
Lot 10b: Landscaping - London & South East
Lot 10c: Landscaping - South West
Lot 11a: Cleaning & Inspection Services - North
Lot 11b: Cleaning & Inspection Services - London & South East
Lot 11c: Cleaning & Inspection Services - South West
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Design & Creative Agency
Lot No
1
two.2.2) Additional CPV code(s)
- 79342000 - Marketing services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Lot 1 - Design & Creative Agency: The required services will vary for each development but at a minimum, there will be a requirement to provide a brand identity (logo, colour palette, key messaging/strapline) and development name . Further branding works (to be specified) may include brochure production (including floorplans / plot locators), the creation and design of all advert artwork, hoarding & signage design, HTML email design & build, as well as external marketing event ideation. Some projects (of which will be specified), may also require photography, video filming & production (inc. model hiring & management), website / landing page design, build & hosting, and branded merchandise creation (inc. print and delivery).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
PR Agency
Lot No
2
two.2.2) Additional CPV code(s)
- 79416000 - Public relations services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Lot 2 - PR Agency: The required services will vary for each development but could include producing PR strategies, proposing appropriate social media influencers and bloggers to work with, contacting relevant online and offline publications on behalf of the Contracting Authority, driving media coverage, working with the Contracting Authority to select and write case studies of successful completions & other key duties as required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Media Buying & Management
Lot No
3
two.2.2) Additional CPV code(s)
- 79341100 - Advertising consultancy services
- 79341200 - Advertising management services
- 79341400 - Advertising campaign services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Lot 3 - Media Buying & Management: Media consultancy and media booking to support the Contracting Authority’s Shared Ownership and/or Private Sale development pipeline. The expectation is that the supplier will conduct audience research into the local market, identify target audiences in relation to the development and income restrictions and provide a media planning and buying strategy that supports their proposed media schedule for the Contracting Authority’s development.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Show Homes & Marketing Suites - Residential
Lot No
4
two.2.2) Additional CPV code(s)
- 79342000 - Marketing services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Lot 4 - Show Homes & Marketing Suites - Residential: Provision of design services in relation to Show Homes and/or residential Marketing Suites for housing developments to assist in selling Shared Ownership and/or Private Sale units ahead of practical completion and/or post-completion. For each show home the following will be required: a concept presentation accurately relating to the defined target audience, a mood board, internal layout with customer journey considerations, design concept (inclusive of internal designs, proposed style of fixtures, furnishings & finishing, and gardens/balconies considerations – if specified), supply & installation, interior fit out of unit (including electrics / carpentry when required), detailed cost breakdown (materials, equipment, labour) and timescale for order.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Marketing Suite – Non-Residential
Lot No
5
two.2.2) Additional CPV code(s)
- 79342000 - Marketing services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Lot 5 - Marketing Suite – Non-Residential: The provision of marketing suite design and fit out services for non-residential or off-site marketing suites to serve as a core sales base for the Contracting Authority to sell Shared Ownership and/or Market sale units ahead of practical completion. The services will include consultation, solution management, feasibility reports, planning, installation (in some cases, additional Build & Construction requirements) and interior design services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Model Makers
Lot No
6
two.2.2) Additional CPV code(s)
- 34999400 - Scale models
- 72242000 - Design-modelling services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Lot 6 - Model Makers: The design and production of residential property 3D architectural models that contextualises the development or project for the Contracting Authority to communicate to customers, providing a physical and aesthetically pleasing perspective to aid the selling of Shared Ownership and/or Market Sale units ahead of practical completion. Works should consider the Contracting Authority’s brief as well as styling, lighting, shading, traffic, pedestrianisation, landscaping, facilities, surrounding landscape (buildings, parks, rivers etc), lifestyle and other details to bring the Contracting Authority’s requirements to life.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
3D & CGI
Lot No
7
two.2.2) Additional CPV code(s)
- 71220000 - Architectural design services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Lot 7 - 3D & CGI: The production of creative imagery and visual content for use in marketing campaigns and design reviews including producing 3D visualisation, CGI video/imagery, animation, concept design artwork, creative direction, and virtual reality.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Signage and Hoarding
Lot No
8
two.2.2) Additional CPV code(s)
- 34928470 - Signage
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Lot 8 - Signage and Hoarding: The production, design and installation of signage and/or hoarding on the Contracting Authority’s designated sites to assist in the sale of Shared Ownership and/or market sale units ahead of practical completion.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Estate Agency
Lot No
9a
two.2.2) Additional CPV code(s)
- 70300000 - Real estate agency services on a fee or contract basis
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Lot 9a - Estate Agency: Services to include the development of a sales strategy to secure further enquiries, make viewing appointments, reservations and ultimately sales of the Contracting Authority’s Shared Ownership and/or Private Sale developments. Services to be delivered in tandem with any marketing campaigns from the Contracting Authority.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Valuations
Lot No
9b
two.2.2) Additional CPV code(s)
- 70000000 - Real estate services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Lot 9b - Valuations: To provide Royal Institute of Chartered Surveyor (RICS) accredited valuations on both Market Sale and Shared Ownership properties across the Contracting Authority’s new developments
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Landscaping - North
Lot No
10a
two.2.2) Additional CPV code(s)
- 45112700 - Landscaping work
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Lot 10a - Landscaping - North: To provide landscaping services at new developments in the North of England of Shared Ownership and/or Market Sale to assist the Contracting Authority in maintaining a quality on-site appearance to all stakeholders. The supplier will be expected to offer Landscaping services to ensure the Contracting Authority’s show homes and / or marketing suites at new developments are enhanced from a planting and greenery perspective as well as ensuring any existing on-site greenery or landscaping within the development is well presented and maintained. This service includes but is not limited to: bespoke one-off residential projects, exterior planting within and around residential building developments, hard landscaping, interior landscaping, landscape design & creation, soft landscaping, roof gardens & living walls, play areas; as well as grounds maintenance, arboriculture & street cleansing.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Landscaping - London & South East
Lot No
10b
two.2.2) Additional CPV code(s)
- 45112700 - Landscaping work
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
Lot 10b - Landscaping - London & South East: To provide landscaping services at new developments in London and the South East of England of Shared Ownership and/or Market Sale to assist the Contracting Authority in maintaining a quality on-site appearance to all stakeholders. The supplier will be expected to offer Landscaping services to ensure the Contracting Authority’s show homes and / or marketing suites at new developments are enhanced from a planting and greenery perspective as well as ensuring any existing on-site greenery or landscaping within the development is well presented and maintained. This service includes but is not limited to: bespoke one-off residential projects, exterior planting within and around residential building developments, hard landscaping, interior landscaping, landscape design & creation, soft landscaping, roof gardens & living walls, play areas; as well as grounds maintenance, arboriculture & street cleansing.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Landscaping - South West
Lot No
10c
two.2.2) Additional CPV code(s)
- 45112700 - Landscaping work
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
Lot 10c - Landscaping - South West: To provide landscaping services at new developments in the South West of England of Shared Ownership and/or Market Sale to assist the Contracting Authority in maintaining a quality on-site appearance to all stakeholders. The supplier will be expected to offer Landscaping services to ensure the Contracting Authority’s show homes and / or marketing suites at new developments are enhanced from a planting and greenery perspective as well as ensuring any existing on-site greenery or landscaping within the development is well presented and maintained. This service includes but is not limited to: bespoke one-off residential projects, exterior planting within and around residential building developments, hard landscaping, interior landscaping, landscape design & creation, soft landscaping, roof gardens & living walls, play areas; as well as grounds maintenance, arboriculture & street cleansing.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Cleaning & Inspection Services - North
Lot No
11a
two.2.2) Additional CPV code(s)
- 90911000 - Accommodation, building and window cleaning services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Lot 11a - Cleaning & Inspection Services - North: to provide cleaning and inspection services to maintain a quality appearance to prospective buyers and other stakeholders for show homes, marketing suites, void plots and sparkle cleans on handover of our properties in the North of England. The supplier will be expected to check appliances are working and perform a test of all white goods. The supplier is required to flush or run through of taps and toilets. Where a property has an external garden, a grounds service will be required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Cleaning & Inspection Services - London & South East
Lot No
11b
two.2.2) Additional CPV code(s)
- 90911000 - Accommodation, building and window cleaning services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
Lot 11b - Cleaning & Inspection Services - London & South East: to provide cleaning and inspection services to maintain a quality appearance to prospective buyers and other stakeholders for show homes, marketing suites, void plots and sparkle cleans on handover of our properties in London and the South East of England. The supplier will be expected to check appliances are working and perform a test of all white goods. The supplier is required to flush or run through of taps and toilets. Where a property has an external garden, a grounds service will be required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Cleaning & Inspection Services - South West
Lot No
11c
two.2.2) Additional CPV code(s)
- 90911000 - Accommodation, building and window cleaning services
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
Lot 11c - Cleaning & Inspection Services - South West: to provide cleaning and inspection services to maintain a quality appearance to prospective buyers and other stakeholders for show homes, marketing suites, void plots and sparkle cleans on handover of our properties in the South West of England. The supplier will be expected to check appliances are working and perform a test of all white goods. The supplier is required to flush or run through of taps and toilets. Where a property has an external garden, a grounds service will be required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
3 November 2023
Local time
12:00pm
Changed to:
Date
8 November 2023
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This framework is being procured by the Guinness Partnership Ltd., a registered Charitable Community Benefit Society registered number 031693R, whose registered office is at 30 Brock Street, Regent's Place, London, NW1 3FG (“Guinness”).
This framework is being procured by Guinness for and on behalf of the following entities (“Other Users”) who will all be entitled to conclude contracts based on this framework agreement:
• Any and all subsidiaries and entities within Guinness’ group of societies and companies (“the Guinness Group”), including but not limited to:
o The Guinness Partnership Ltd. (Company No: IP031693R)
o City Response Ltd., Trading As Guinness Property (Company No: 04471280)
o Guinness Care and Support Ltd. (Company No: IP30337R)
o Guinness Developments Limited (Company No: 04175094)
o The Guinness Housing Association Limited (Company No: IP17017R)
o Guinness Homes Limited (Company No: 05710006)
o Guinness Platform Limited (Company No: 06411652)
o Hallco 1397 Limited, Registration (Company No: 05998281); and
o Any existing and future entities which are contracting authorities within the Group;
• 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 providers which are listed on the regulator of social housing website and ALMOs and local authorities with retained social housing; and
• Any wholly owned subsidiaries of any of the above organisations which are contracting authorities.
Other Users (save for those within The Guinness Group) must enter into a Joining Agreement with Guinness before they conclude contracts under the framework agreement.
Potential tenderers should note that Guinness does not guarantee any specific volume of work under this framework arrangement either from itself or Other Users.
Guinness reserves the right to abandon this procurement at any time. Guinness shall not, under any circumstances, be responsible for bidders tendering costs or any other costs or losses arising from such abandonment.
For further information regarding this tender please review the documents attached to the tender opportunity, or contact Guinness’ Procurement Team via their tender portal. Free and unfettered access is available at https://procontract.due-north.com/.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service, Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom