Tender

Creative Agency

WESTMINSTER CITY COUNCIL

This public procurement record has 2 releases in its history.

Tender

20 Jan 2026 at 15:10

Planning

02 Oct 2025 at 16:31

Summary of the contracting process

Westminster City Council is initiating a procurement process to appoint a Creative Agency to develop a brand identity for two residential projects: 98 private sale units at Ebury Bridge Road (Ebury Phase 2) and 72 private sale units at 291 Harrow Road. This falls under the advertising and marketing services industry category, with services executed in the United Kingdom. The current procurement stage is Tender, with an open procedure under the Procurement Act 2023. Key deadlines include the tender submission return by 20th November 2025 and the contract commencement on 31st January 2026, spanning until 31st December 2032. Interested suppliers should note that Westminster City Council reserves the right to award both lots to one bidder or appoint different suppliers.

This tender represents an excellent opportunity for growth, particularly for businesses specialising in creative services, advertising, and marketing strategy. Small and Medium-sized Enterprises (SMEs) and Voluntary, Community and Social Enterprise (VCSE) organisations are encouraged to participate, as their suitability is explicitly noted. The project is ideal for companies capable of delivering high-quality brand identity services, given the quality weighting of 60% in the award criteria. With a gross contract value of £1,470,000, participating businesses have the potential to secure substantial and sustainable contracts over a seven-year period if successful in the tender process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Creative Agency

Notice Description

Westminsiter City Coucil are seeking to appoint a Creative Agency to develop a distinctive and inclusive brand identity for * 98 private sale units within Building 5 of Phase 2, Ebury Bridge Road, SW1 ("Ebury Phase 2"); and * 72 private sale units at 291 Harrow Road ("Harrow Road"). The selected Creative Agency(ies) will be responsible for establishing and delivering the brand identity for both developments in collaboration with Westminster City Council (the "Council"), its appointed sub-consultants, sales agents, and associated suppliers. The procurement shall be conducted under an Open Procedure in accordance with the Procurement Act 2023 (the "Tender Process"). The procurement will comprise two Lots: * Lot 1: Creative Agency for Ebury Phase 2; * Lot 2: Creative Agency for 291 Harrow Road. The contract will span seven years, commencing on 31 January 2026 and concluding on 31 December 2032. Bidders can participate and can be awarded for both lots. Bidders need to be aware WCC will reserve the right to award both lots to one bidder or WCC can appoint different suppliers for these lots. Awarding of Lots: The bidder achieving the MAT for each Lot will be awarded a Contract. A single bidder can submit and win both Lots. Weighting Breakdown * Quality - 60% of which 10% will be for Responsible Procurement * Commercial - 40% Procurement Timelines (subject to change) Publish UK4 notice - 21st October 2025 Publish Tender - 21 October 2025 Tender submission return 20th November 2025 Contract live date 31/01/2026 Bidders intersted in this opertunity should register their interst on our tenering portal.

Lot Information

Ebury Phase 2

Creative services for Ebury Phase 2

291 Harrow Road

Creative services for 291 Harrow Road

Planning Information

If you have any questions please email: procurementteammailbox@westminster.gov.uk

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05a758
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004919-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79340000 - Advertising and marketing services

Notice Value(s)

Tender Value
£1,225,000 £1M-£10M
Lots Value
£1,225,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jan 20261 months ago
Submission Deadline
18 Feb 2026Expired
Future Notice Date
20 Oct 2025Expired
Award Date
Not specified
Contract Period
30 Apr 2026 - 31 Dec 2032 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WESTMINSTER CITY COUNCIL
Contact Name
Not specified
Contact Email
procurementteammailbox@westminster.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1E 6QP
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05a758-2026-01-20T15:10:54Z",
    "date": "2026-01-20T15:10:54Z",
    "ocid": "ocds-h6vhtk-05a758",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PJVD-6261-BPPJ",
            "name": "Westminster City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJVD-6261-BPPJ"
            },
            "address": {
                "streetAddress": "64 Victoria Street",
                "locality": "London",
                "postalCode": "SW1E 6QP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "procurementteammailbox@westminster.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.westminster.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJVD-6261-BPPJ",
        "name": "Westminster City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "If you have any questions please email: procurementteammailbox@westminster.gov.uk",
                "dueDate": "2025-10-10T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "061922-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061922-2025",
                "datePublished": "2025-10-02T17:31:41+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "P645",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Creative Agency",
        "description": "Westminsiter City Coucil are seeking to appoint a Creative Agency to develop a distinctive and inclusive brand identity for * 98 private sale units within Building 5 of Phase 2, Ebury Bridge Road, SW1 (\"Ebury Phase 2\"); and * 72 private sale units at 291 Harrow Road (\"Harrow Road\"). The selected Creative Agency(ies) will be responsible for establishing and delivering the brand identity for both developments in collaboration with Westminster City Council (the \"Council\"), its appointed sub-consultants, sales agents, and associated suppliers. The procurement shall be conducted under an Open Procedure in accordance with the Procurement Act 2023 (the \"Tender Process\"). The procurement will comprise two Lots: * Lot 1: Creative Agency for Ebury Phase 2; * Lot 2: Creative Agency for 291 Harrow Road. The contract will span seven years, commencing on 31 January 2026 and concluding on 31 December 2032. Bidders can participate and can be awarded for both lots. Bidders need to be aware WCC will reserve the right to award both lots to one bidder or WCC can appoint different suppliers for these lots. Awarding of Lots: The bidder achieving the MAT for each Lot will be awarded a Contract. A single bidder can submit and win both Lots. Weighting Breakdown * Quality - 60% of which 10% will be for Responsible Procurement * Commercial - 40% Procurement Timelines (subject to change) Publish UK4 notice - 21st October 2025 Publish Tender - 21 October 2025 Tender submission return 20th November 2025 Contract live date 31/01/2026 Bidders intersted in this opertunity should register their interst on our tenering portal.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79340000",
                        "description": "Advertising and marketing services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79340000",
                        "description": "Advertising and marketing services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 1470000,
            "amount": 1225000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2032-12-31T23:59:59+00:00"
                },
                "status": "active",
                "title": "Ebury Phase 2",
                "description": "Creative services for Ebury Phase 2",
                "value": {
                    "amountGross": 900000,
                    "amount": 750000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Technical sub weightings including Responsible Procurement.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Schedule of services",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "At least PS200,000 per annum (average over the last two years), acceptance of legal agreements (refer to ITT)"
                        },
                        {
                            "type": "technical",
                            "description": "Experience statements (refer to ITT)"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "291 Harrow Road",
                "description": "Creative services for 291 Harrow Road",
                "status": "active",
                "value": {
                    "amountGross": 570000,
                    "amount": 475000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Technical sub weightings including Responsible Procurement.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Schedule of services",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "At least PS200,000 per annum (average over the last two years), acceptance of legal agreements (refer to ITT)"
                        },
                        {
                            "type": "technical",
                            "description": "Experience statements (refer to ITT)"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2032-12-31T23:59:59+00:00"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-20T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://wcc.ukp.app.jaggaer.com/go/66539141019BDBB054F9",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-18T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-06T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-23T23:59:59+00:00"
        },
        "lotDetails": {
            "awardCriteriaDetails": "Award is based on MAT and one supplier could achieve MAT on both lots."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "004919-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/004919-2026",
                "datePublished": "2026-01-20T15:10:54Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}