Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Peabody Trust
45 Westminster Bridge Road
London
SE1 7JB
UK
Contact person: Mobolaji Dawodu
Telephone: +44 7503937502
E-mail: Mobolaji.Dawodu@peabody.org.uk
NUTS: UK
Internet address(es)
Main address: www.peabody.org.uk
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
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
II.1.2) Main CPV code
79342000
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:
7 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: Lot 2
II.2.1) Title
CGI and 3D Visualisation
II.2.2) Additional CPV code(s)
48322000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the 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: Quality
/ Weighting: 60
Quality criterion: Social Value
/ Weighting: 5
Price
/ Weighting:
35
II.2.6) Estimated value
Value excluding VAT:
1 800 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
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
Lot No: Lot 3
II.2.1) Title
Signage
II.2.2) Additional CPV code(s)
34928470
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the 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: Quality
/ Weighting: 60
Quality criterion: Social Value
/ Weighting: 5
Price
/ Weighting:
35
II.2.6) Estimated value
Value excluding VAT:
700 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Lot No: Lot 4
II.2.1) Title
Marketing Suites
II.2.2) Additional CPV code(s)
79342000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the 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: Quality
/ Weighting: 60
Quality criterion: Social Value
/ Weighting: 5
Price
/ Weighting:
35
II.2.6) Estimated value
Value excluding VAT:
4 500 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 1
II.2.1) Title
3D Modelmakers
II.2.2) Additional CPV code(s)
34999400
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the 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: Quality
/ Weighting: 60
Quality criterion: Social Value
/ Weighting: 5
Cost criterion: Price
/ Weighting: 35
II.2.6) Estimated value
Value excluding VAT:
500 000.00
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
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
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
II.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/M5R2U2P6D7
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/03/2025
Local time: 18:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
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
GO Reference: GO-2025218-PRO-29474273
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.5) Date of dispatch of this notice
18/02/2025