Tender

Britannia Phase 2b - Shoreditch Parkside Managing Agent Services Procurement

  • London Borough of Hackney

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-028864

Procurement identifier (OCID): ocds-h6vhtk-04ee24 (view related notices)

Published 30 May 2025, 3:13pm



Scope

Reference

DN774827

Description

Provision of managing agent services for new residential development blocks at Shoreditch Parkside, London.

Total value (estimated)

  • £606,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 22 October 2025 to 21 April 2028
  • Possible extension to 21 April 2029
  • 3 years, 6 months

Description of possible extension:

The Council may extend the contract for a further 12-month period, subject to satisfactory performance and funding availability.

Main procurement category

Services

CPV classifications

  • 70330000 - Property management services of real estate on a fee or contract basis
  • 79342320 - Customer-care services
  • 79993000 - Building and facilities management services

Contract locations

  • UKI41 - Hackney and Newham

Participation

Legal and financial capacity conditions of participation

Suppliers are required to respond to the Conditions of Participation set out in the Project Specific Questionnaire, which cover Financial Capacity, Legal Capacity, Technical Ability, and Additional Questions (e.g. data processing). In addition to providing details of three relevant contracts, suppliers are required to respond to 3 Project Specific Questions. These questions will be scored, based on the weightings provided, in order to select the top 4 scoring bidders to be invited to tender. For this tender, there is also a mandatory requirement for suppliers to either be a Member of the RICS or the Property Institute (or equivalent and relevant accredited body).

Technical ability conditions of participation

Suppliers are required to respond to the Conditions of Participation set out in the Project Specific Questionnaire, which cover Financial Capacity, Legal Capacity, Technical Ability, and Additional Questions (e.g. data processing). In addition to providing details of three relevant contracts, suppliers are required to respond to 3 Project Specific Questions. These questions will be scored, based on the weightings provided, in order to select the top 4 scoring bidders to be invited to tender. For this tender, there is also a mandatory requirement for suppliers to either be a Member of the RICS or the Property Institute (or equivalent and relevant accredited body).

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

13 June 2025, 12:00pm

Submission type

Requests to participate

Deadline for requests to participate

20 June 2025, 12:00pm

Submission address and any special instructions

Tenders must be submitted electronically via the Council's nominated e-tendering portal (anticipated to be ProContract).

Suppliers are advised to register if not already signed up. Registration is free.

https://procontract.due-north.com/SupplierRegistration/Register

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Maximum 4 suppliers

Selection criteria:

Suppliers must provide details of three relevant contracts.

Suppliers must answer 3 Project Specific Questions which are scored.

The top 4 scoring suppliers will be invited to tender.

Mandatory membership of RICS, Property Institute, or equivalent is required.

Award decision date (estimated)

8 September 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 60%
Price Price 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The Council will shortlist the highest scoring suppliers following evaluation of their Selection Questionnaire (SQ) response. A maximum of four suppliers will be invited to tender, provided that they meet the Council's selection criteria and score sufficiently. Selection will be based on the financial, legal, and technical capacity of suppliers to deliver the Council's requirement, and responses to 3 scored questions as set out in the SQ. This is a competitive flexible procedure and the Council may refine the award criteria following selection of suppliers, prior to issuing the Invitation to Tender (ITT).

If fewer than 2 suppliers are suitable, the Council may make a direct award under Schedule 5(6) of the Procurement Act 2023. The Council may also consider issuing a Prior Information Notice to further market test. The Council may novate the contract to a management company subject to Cabinet approvals.

The Council qualifies to use an accelerated procedure as a planned procurement notice has been published.

Reduced tendering period

Yes

Qualifying planned procurement notice - minimum 10 days


Contracting authority

London Borough of Hackney

  • Public Procurement Organisation Number: PRZC-5592-DDDV

Hackney Service Centre

London

E8 1DY

United Kingdom

Contact name: Mr Giles Bartlett

Email: giles.bartlett@hackney.gov.uk

Website: https://hackney.gov.uk/tenders

Region: UKI41 - Hackney and Newham

Organisation type: Public authority - sub-central government