Tender

Managing Agents Framework

  • Clarion Housing Group

F02: Contract notice

Notice identifier: 2024/S 000-024516

Procurement identifier (OCID): ocds-h6vhtk-0487a8

Published 5 August 2024, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Clarion Housing Group

6 More London Place

London

SE1 2DA

Contact

Fiona Muller

Email

Procurement@clarionhg.com

Telephone

+44 2038400832

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.clarionhg.com

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,