Tender

Clarion Futures: Community Catalyst Capacity Building Programme 2025-2028

  • Clarion Housing Group

F02: Contract notice

Notice identifier: 2024/S 000-039704

Procurement identifier (OCID): ocds-h6vhtk-04c5e9

Published 10 December 2024, 10:05am



Section one: Contracting authority

one.1) Name and addresses

Clarion Housing Group

5th Floor, Greater London House, Hampstead Road

London

NW1 7QX

Contact

Aivars Kalvans

Email

Aivars.Kalvans@clarionhg.com

Telephone

+44 2038400069

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

28038R

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:-Business-and-management-consultancy-services./2H5KX28769

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

Other type

Housing Association - Charitable Arm

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Clarion Futures: Community Catalyst Capacity Building Programme 2025-2028

Reference number

30040

two.1.2) Main CPV code

  • 79410000 - Business and management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Community Catalyst’s central support strand is its capacity building consultancy. We are seeking a consultancy partner to deliver a holistic package of bespoke business support, designed to help community organisations evolve from their current position to achieving their longer-term ambitions. The chosen provider will deliver up to a maximum of 120 consultant-led VCSE support packages per annum, for three years (totalling a maximum of 360 support packages across the duration of the programme).

We are seeking an expert team of experienced third sector consultants to provide this support, working individually with VCSE organisations to identify areas of need or opportunity and developing tailored support to move them forward in a sustainable and resilient way

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79410000 - Business and management consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Community Catalyst’s central support strand is its capacity building consultancy. We are seeking a consultancy partner to deliver a holistic package of bespoke business support, designed to help community organisations evolve from their current position to achieving their longer-term ambitions. The chosen provider will deliver up to a maximum of 120 consultant-led VCSE support packages per annum, for three years (totalling a maximum of 360 support packages across the duration of the programme).

We are seeking an expert team of experienced third sector consultants to provide this support, working individually with VCSE organisations to identify areas of need or opportunity and developing tailored support to move them forward in a sustainable and resilient way

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

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/2H5KX28769


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please take a look at the tender instructions, which are available from the tender box.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Please take a look at the tender instructions, which are available from the tender box.

Minimum level(s) of standards possibly required

Please take a look at the tender instructions, which are available from the tender box.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please take a look at the tender instructions, which are available from the tender box.

Minimum level(s) of standards possibly required

Please take a look at the tender instructions, which are available from the tender box.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please take a look at the tender instructions, which are available from the tender box.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 January 2025

Local time

3:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 January 2025

Local time

3:00pm


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.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Business-and-management-consultancy-services./2H5KX28769

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/2H5KX28769

GO Reference: GO-20241210-PRO-28833073

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand, London

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom