Contract

Homes England - Mid-Rise Remediation Scheme

  • Homes England (the name adopted by the Homes and Communities Agency)

F03: Contract award notice

Notice identifier: 2023/S 000-008330

Procurement identifier (OCID): ocds-h6vhtk-032dcf

Published 22 March 2023, 12:46pm



Section one: Contracting authority

one.1) Name and addresses

Homes England (the name adopted by the Homes and Communities Agency)

The Lumen, St James Boulevard, Newcastle Helix

Newcastle upon Tyne

NE4 5BZ

Contact

Mr Shaun Naylor

Email

shaun.naylor@homesengland.gov.uk

Telephone

+44 3001234500

Country

United Kingdom

Region code

UKC - North East (England)

Internet address(es)

Main address

https://www.gov.uk/government/organisations/homes-england

Buyer's address

https://www.gov.uk/government/organisations/homes-england

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Homes England - Mid-Rise Remediation Scheme

Reference number

DN600759

two.1.2) Main CPV code

  • 66000000 - Financial and insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

MRRS is designed as a grant administration service delivered through a Digital Platform. At a high level, MRRS shall invite Applicants to create an account and apply for a building to be remediated through the service’s Digital Platform. The building’s Eligibility shall then be assessed by the Supplier, and if it passes the requirements shall be brought within the scope of MRRS. Applicants shall then be required to compile a Work Package, or a plan of remediation works, including the costs and timescales of the work required to remediate the fire safety risk of the building. This Work Package shall be reviewed by the Supplier, and if it passes requirements the Applicant shall be authorised for grant funding in line with the terms of a signed Grant Agreement. The Applicant shall be given an initial payment with which they are required to begin remediation works, and thereafter must submit monthly Progress Reports of the work completed to date and what work is projected to be completed in the future, including any Cost Variations to the terms of the Grant Agreement. The monthly Progress Reports shall be reviewed by the Supplier, and if they pass the requirements shall trigger further incremental grant payments up to the point of completion of the works and submission of the final monthly Progress Report. For the final monthly Progress Report, the Applicant shall be required to submit a detailed breakdown of the remediation work completed along with a suite of final documentation. The Supplier shall review the final Progress Report in line with the data held on file for that Application, and if it passes the requirements the Supplier shall authorise the final payment to the Applicant. Throughout the process, the Supplier shall handle any Complaints, Appeals, Escalations and General Enquiries from the Applicant via a telephony and electronic communications service. Furthermore, the Supplier shall escalate specific matters to The Agency and the other Delivery Partners where it is appropriate to do, as outlined in the requirements below. Regarding payments, the Supplier shall be required to authorise all payments, whilst The Agency will retain the requirement to validate recipients and make those authorised payments.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £7,800,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

MRRS is designed as a grant administration service delivered through a Digital Platform. At a high level, MRRS shall invite Applicants to create an account and apply for a building to be remediated through the service’s Digital Platform. The building’s Eligibility shall then be assessed by the Supplier, and if it passes the requirements shall be brought within the scope of MRRS. Applicants shall then be required to compile a Work Package, or a plan of remediation works, including the costs and timescales of the work required to remediate the fire safety risk of the building. This Work Package shall be reviewed by the Supplier, and if it passes requirements the Applicant shall be authorised for grant funding in line with the terms of a signed Grant Agreement. The Applicant shall be given an initial payment with which they are required to begin remediation works, and thereafter must submit monthly Progress Reports of the work completed to date and what work is projected to be completed in the future, including any Cost Variations to the terms of the Grant Agreement. The monthly Progress Reports shall be reviewed by the Supplier, and if they pass the requirements shall trigger further incremental grant payments up to the point of completion of the works and submission of the final monthly Progress Report. For the final monthly Progress Report, the Applicant shall be required to submit a detailed breakdown of the remediation work completed along with a suite of final documentation. The Supplier shall review the final Progress Report in line with the data held on file for that Application, and if it passes the requirements the Supplier shall authorise the final payment to the Applicant. Throughout the process, the Supplier shall handle any Complaints, Appeals, Escalations and General Enquiries from the Applicant via a telephony and electronic communications service. Furthermore, the Supplier shall escalate specific matters to The Agency and the other Delivery Partners where it is appropriate to do, as outlined in the requirements below. Regarding payments, the Supplier shall be required to authorise all payments, whilst The Agency will retain the requirement to validate recipients and make those authorised payments.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Total Cost / Weighting: 30

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 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: 2022/S 000-019772


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 December 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Davies Group Ltd

London

EC3V 0BG

Country

United Kingdom

NUTS code
  • UKC - North East (England)
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £7,800,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom