Section one: Contracting authority
one.1) Name and addresses
Clarion Housing Group
6 More London Place
London
SE1 2DA
Contact
Fiona Muller
Telephone
+44 2038400832
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.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:-Accommodation-management-services./ZPJ6644U67
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Managing Agents Framework
Reference number
7017
two.1.2) Main CPV code
- 98341100 - Accommodation management services
two.1.3) Type of contract
Services
two.1.4) Short description
Framework Agreement - Clarion is looking to appoint a panel of Managing Agents
two.1.5) Estimated total value
Value excluding VAT: £1
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
Eastern Region
Lot No
1
two.2.2) Additional CPV code(s)
- 70332200 - Commercial property management services
- 98341100 - Accommodation management services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
EAST OF ENGLAND
two.2.4) Description of the procurement
Property Management - Clarion requires Managing Agents who can work with Clarion and Latimer from the Development and Design stage through Build and Mobilisation to Operate and Manage.
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
Yes
Description of renewals
The framework will run for four years. Any contract appointed under the framework will run up to a maximum of 4 years
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.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/ZPJ6644U67
two.2) Description
two.2.1) Title
Lot 2 North Region
Lot No
2
two.2.2) Additional CPV code(s)
- 98341100 - Accommodation management services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
Main site or place of performance
NORTH EAST (ENGLAND),NORTH WEST (ENGLAND)
two.2.4) Description of the procurement
Clarion requires Managing Agents who can work with Clarion and Latimer from the Development and Design stage through Build and Mobilisation to Operate and Manage
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
Yes
Description of renewals
The framework will run for four years. Any contract appointed under the framework will run up to a maximum of 4 years
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.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/ZPJ6644U67
two.2) Description
two.2.1) Title
Lot 3 London
Lot No
3
two.2.2) Additional CPV code(s)
- 98341100 - Accommodation management services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Clarion requires Managing Agents who can work with Clarion and Latimer from the Development and Design stage through Build and Mobilisation to Operate and Manage
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
Yes
Description of renewals
The framework will run for four years. Any contract appointed under the framework will run up to a maximum of 4 years
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.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/ZPJ6644U67
two.2) Description
two.2.1) Title
Lot 4 - South
Lot No
4
two.2.2) Additional CPV code(s)
- 98341100 - Accommodation management services
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
- UKJ - South East (England)
Main site or place of performance
SOUTH WEST (ENGLAND),SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
Clarion requires Managing Agents who can work with Clarion and Latimer from the Development and Design stage through Build and Mobilisation to Operate and Manage
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
Yes
Description of renewals
The framework will run for four years. Any contract appointed under the framework will run up to a maximum of 4 years
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.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/ZPJ6644U67
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
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
Date
9 September 2024
Local time
4:00pm
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)
four.2.7) Conditions for opening of tenders
Date
9 September 2024
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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. To bid for the tender you will need to register with Delta as a supplier.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Accommodation-management-services./ZPJ6644U67
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ZPJ6644U67
GO Reference: GO-202485-PRO-27259935
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers.
The Public Contracts Regulations 2015 (SI 2015 No 102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly,