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
Telephone
+44 2038400069
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
28038R
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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:
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