Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Marketing & Sales Framework

  • First published: 06 October 2023
  • Last modified: 06 October 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0407f2
Published by:
The Guinness Partnership Ltd
Authority ID:
AA78342
Publication date:
06 October 2023
Deadline date:
03 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Guinness Partnership Ltd

Bower House, 1 Stable Street

Oldham

OL9 7LH

UK

Contact person: Procurement

Telephone: +44 3031231890

E-mail: procurement@guinness.org.uk

NUTS: UKC

Internet address(es)

Main address: http://www.guinnesspartnership.com/

Address of the buyer profile: http://www.guinnesspartnership.com/

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=dbfb4705-9758-ee11-8124-005056b64545


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

Marketing & Sales Framework

Reference number: DN650924

II.1.2) Main CPV code

79340000

 

II.1.3) Type of contract

Services

II.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

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: 9a

II.2.1) Title

Estate Agency

II.2.2) Additional CPV code(s)

70300000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 9b

II.2.1) Title

Valuations

II.2.2) Additional CPV code(s)

70000000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 10a

II.2.1) Title

Landscaping - North

II.2.2) Additional CPV code(s)

45112700

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 10b

II.2.1) Title

Landscaping - London & South East

II.2.2) Additional CPV code(s)

45112700

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKJ

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 10c

II.2.1) Title

Landscaping - South West

II.2.2) Additional CPV code(s)

45112700

II.2.3) Place of performance

NUTS code:

UKK

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 11a

II.2.1) Title

Cleaning & Inspection Services - North

II.2.2) Additional CPV code(s)

90911000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 11b

II.2.1) Title

Cleaning & Inspection Services - London & South East

II.2.2) Additional CPV code(s)

90911000

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKJ

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 11c

II.2.1) Title

Cleaning & Inspection Services - South West

II.2.2) Additional CPV code(s)

90911000

II.2.3) Place of performance

NUTS code:

UKK

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 1

II.2.1) Title

Design & Creative Agency

II.2.2) Additional CPV code(s)

79342000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.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).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 2

II.2.1) Title

PR Agency

II.2.2) Additional CPV code(s)

79416000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 3

II.2.1) Title

Media Buying & Management

II.2.2) Additional CPV code(s)

79341100

79341200

79341400

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 4

II.2.1) Title

Show Homes & Marketing Suites - Residential

II.2.2) Additional CPV code(s)

79342000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 5

II.2.1) Title

Marketing Suite – Non-Residential

II.2.2) Additional CPV code(s)

79342000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 6

II.2.1) Title

Model Makers

II.2.2) Additional CPV code(s)

34999400

72242000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 7

II.2.1) Title

3D & CGI

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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: 8

II.2.1) Title

Signage and Hoarding

II.2.2) Additional CPV code(s)

34928470

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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.

Justification for any framework agreement duration exceeding 4 years:

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: 03/11/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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 VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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/.

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service, Cabinet Office

London

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

VI.5) Date of dispatch of this notice

04/10/2023

Coding

Commodity categories

ID Title Parent category
90911000 Accommodation, building and window cleaning services Cleaning services
79340000 Advertising and marketing services Market and economic research; polling and statistics
79341400 Advertising campaign services Advertising services
79341100 Advertising consultancy services Advertising services
79341200 Advertising management services Advertising services
71220000 Architectural design services Architectural and related services
72242000 Design-modelling services Systems analysis and programming services
45112700 Landscaping work Excavating and earthmoving work
79342000 Marketing services Advertising and marketing services
79416000 Public relations services Business and management consultancy services
70300000 Real estate agency services on a fee or contract basis Real estate services
70000000 Real estate services Construction and Real Estate
34999400 Scale models Signal generators, aerial signal splitters and electroplating machines
34928470 Signage Road furniture

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@guinness.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.