Section one: Contracting authority
one.1) Name and addresses
DLUHC
2 Marsham Street
London
SW1P 4DF
Contact
commercialtenders@levellingup.gov.uk
commercial.tenders@levellingup.gov.uk
Telephone
+44 3034440000
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
Access to the procurement documents is restricted. Further information can be obtained at
https://mhclg.force.com/ProSpend__eSourcing_Community_Registration?locale=uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://mhclg.force.com/ProSpend__eSourcing_Community_Registration?locale=uk
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
Client Side Provider Services
Reference number
CPD4122141
two.1.2) Main CPV code
- 72224000 - Project management consultancy services
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.
The CSP function will be delivered through two lots: Lot 1 ‘Technical Side Provider’ Lot 2 ‘Operational Integrator Provider (Service Providers)
Prospective bidders have the opportunity to compete for Lot 1, or Lot 2 or both Lots. Suppliers that would like to take part in this tender process are invited to complete a Non Disclosure Agreement at https://mhclg.force.com/ProSpend__eSourcing_Community_Registration?locale=uk
upon receipt of which will be given access to the full tender documentation through this e-tendering system.
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
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 Technical Site Provider
Lot No
1
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
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.
The CSP function will be delivered through two lots: Lot 1 ‘Technical Side Provider’ Lot 2 ‘Operational Integrator Provider (Service Providers)
Prospective bidders have the opportunity to compete for Lot 1, or Lot 2 or both Lots.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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) Description
two.2.1) Title
Lot 2 Operational Integrator Provider
Lot No
2
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
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.
The CSP function will be delivered through two lots: Lot 1 ‘Technical Side Provider’ Lot 2 ‘Operational Integrator Provider (Service Providers)
Prospective bidders have the opportunity to compete for Lot 1, or Lot 2 or both Lots.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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
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
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-000274
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
23 March 2023
Local time
2:00pm
Changed to:
Date
29 March 2023
Local time
5:00pm
See the change notice.
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
Tender must be valid until: 4 August 2023
four.2.7) Conditions for opening of tenders
Date
3 April 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
DLUHC
2 Marsham Street
London
SW1P 4DF
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-levelling-up-housing-and-communities