Tender

Client Side Provider Services

  • DLUHC

F02: Contract notice

Notice identifier: 2023/S 000-005857

Procurement identifier (OCID): ocds-h6vhtk-039548

Published 28 February 2023, 2:03pm



The closing date and time has been changed to:

29 March 2023, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

DLUHC

2 Marsham Street

London

SW1P 4DF

Contact

commercialtenders@levellingup.gov.uk

Email

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