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
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