Planning

DLUHC Client Side Provider (CSP)

  • DLUHC

F01: Prior information notice (prior information only)

Notice identifier: 2023/S 000-000274

Procurement identifier (OCID): ocds-h6vhtk-039548

Published 5 January 2023, 2:16pm



Section one: Contracting authority

one.1) Name and addresses

DLUHC

2 Marsham Street

London

SW1P 4DF

Contact

Angela Clarke

Email

commercial@levellingup.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-levelling-up-housing-and-communities

Buyer's address

https://www.gov.uk/government/organisations/department-for-levelling-up-housing-and-communities

one.3) Communication

Additional information can be obtained from 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

DLUHC Client Side Provider (CSP)

Reference number

CPD4/122/141

two.1.2) Main CPV code

  • 98110000 - Services furnished by business, professional and specialist organisations

two.1.3) Type of contract

Services

two.1.4) Short description

The Providers of the CSP function will be critical and accountable partners to DLUHC to drive delivery of the £3.5bn tranche of funding to remediate buildings with unsafe non-Aluminium Composite Material (ACM) cladding.
The Service Providers will guide the assignation of all funding on the Building Safety Fund as well as the completion of the ACM programme.
Overall, DLUHC is providing £5.1bn to address the fire safety risks caused by unsafe cladding on high-rise residential buildings to protect residents and leaseholders from costs, prioritising the highest risk buildings.
The CSP function will be delivered through two lots: i. Lot 1 ‘Technical Side Provider’ ii. Lot 2 ‘Operational Integrator Provider (Service Providers)
Prospective bidders will have the opportunity to compete for Lot 1, or Lot 2 or both lots with a direct offer of preferred bidder/contract on offer for each lot. It is expected that there will be market engagement before the procurement is launched.

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Technical Site Provider

Lot No

1

two.2.2) Additional CPV code(s)

  • 98110000 - Services furnished by business, professional and specialist organisations
  • 98110000 - Services furnished by business, professional and specialist organisations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Providers of the CSP function will be critical and accountable partners to DLUHC to drive delivery of the £3.5bn tranche of funding to remediate buildings with unsafe non-Aluminium Composite Material (ACM) cladding.
The Service Providers will guide the assignation of all funding on the Building Safety Fund as well as the completion of the ACM programme. Overall, DLUHC is providing £5.1bn to address the fire safety risks caused by unsafe cladding on high-rise residential buildings to protect residents and leaseholders from costs, prioritising the highest risk buildings.
The CSP function will be delivered through two lots:

i. Lot 1 ‘Technical Side Provider’
ii. Lot 2 ‘Operational Integrator Provider (Service Providers)
Prospective bidders will have the opportunity to compete for Lot 1, or Lot 2 or both lots with a direct offer of preferred bidder/contract on offer for each lot.

It is expected that there will be market engagement before the procurement is launched.

DLUHC reserves the right to cancel all or part of this proposed procurement and/or withdraw/amend this notice including any dates (which are indicative at this stage).

Options to extend the proposed contract beyond the 2 year initial term will be 2 x 12 months at DLUHC's sole discretion.
Procurement ref: CPD4/122/141

two.2) Description

two.2.1) Title

Operational Integrator Provider

Lot No

2

two.2.2) Additional CPV code(s)

  • 98110000 - Services furnished by business, professional and specialist organisations
  • 98110000 - Services furnished by business, professional and specialist organisations
  • 98110000 - Services furnished by business, professional and specialist organisations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Providers of the CSP function will be critical and accountable partners to DLUHC to drive delivery of the £3.5bn tranche of funding to remediate buildings with unsafe non-Aluminium Composite Material (ACM) cladding.
The Service Providers will guide the assignation of all funding on the Building Safety Fund as well as the completion of the ACM programme. Overall, DLUHC is providing £5.1bn to address the fire safety risks caused by unsafe cladding on high-rise residential buildings to protect residents and leaseholders from costs, prioritising the highest risk buildings.
The CSP function will be delivered through two lots:

i. Lot 1 ‘Technical Side Provider’
ii. Lot 2 ‘Operational Integrator Provider (Service Providers)
Prospective bidders will have the opportunity to compete for Lot 1, or Lot 2 or both lots with a direct offer of preferred bidder/contract on offer for each lot.

It is expected that there will be market engagement before the procurement is launched.

DLUHC reserves the right to cancel all or part of this proposed procurement and/or withdraw/amend this notice including any dates (which are indicative at this stage).

Options to extend the proposed contract beyond the 2 year initial term will be 2 x 12 months at DLUHC's sole discretion.
Procurement ref: CPD4/122/141

two.3) Estimated date of publication of contract notice

27 January 2023


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

DLUHC reserves the right to cancel all or part of this proposed procurement and/or withdraw/amend this notice including any dates (which are indicative at this stage).

Options to extend the proposed contract beyond the 2 year initial term will be 2 x 12 months at DLUHC's sole discretion.