Section one: Contracting authority
one.1) Name and addresses
Department for Transport
Great Minster House, 33 Horseferry Road
London
SW1P 4DR
Contact
GCD CRM Rail
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-transport
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://dft.app.jaggaer.com/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://dft.app.jaggaer.com/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://dft.app.jaggaer.com/web/login.html
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
TRHS0001 Administration of the Shimmer Relocation Appreciation Loan Scheme
Reference number
TRHS0001
two.1.2) Main CPV code
- 75110000 - General public services
two.1.3) Type of contract
Services
two.1.4) Short description
1.1 The Department for Transport (DfT) invites proposals for the full administration on a three year contract to administer a Relocation Appreciation Loan (RAL) Scheme. This will include the assessment and processing of applications, determining the level of financial assistance that should be provided within the scheme’s criteria, and administering the loan and any repayments made by the recipient. The RAL is an established scheme that has been operational for five years.
two.1.5) Estimated total value
Value excluding VAT: £70,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75112000 - Administrative services for business operations
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The contract will require the Tenderer to work with both the DfT and HS2 Ltd. While the DfT will perform the role of Contract Manager, delivery reports will need to be distributed to both organisations.
The RAL will provide a capped loan to homeowners who cannot purchase a replacement local property independently. No interest will be charged on the amount of the loan over its duration, although applicants will be able to make repayments within scheme rules. The loan will be repayable as a proportion of the property’s value when the replacement property next changes ownership, enforceable via a legal charge placed on the property.
The loan will complement existing Compensation Code payments and cover any shortfall between an applicant’s Compensation Code payment and the cost of a replacement local equivalent property (subject to certain caveats). Caps will apply to the loan amount and to the equity share in the replacement property, which will be confirmed at the contract award stage.
RICS valuation of the applicant’s current property, and their chosen alternative property, as well as a RICS assessment of whether the alternative property is considered “local” and “comparable” will be carried out by another third party (estate agent or similar) organisation in line with the scheme’s criteria. The winning contractor will be able, and expected, to use valuations commissioned from this third party organisation when assessing RAL applications, and when administering repayments during the loan’s life.
The tender response must make reference to how loan applicants will be financially assessed, including checking for interests in other properties (both here and abroad), and savings held.
The Contract term will be for an initial term of 36 months, with an option to extend at the DfT’s sole discretion for 12+12 months if required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Contract term will be for an initial term of 36 months, with an option to extend at the DfT’s sole discretion for 12+12 months if required.
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 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.2.2) Time limit for receipt of tenders or requests to participate
Date
26 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 May 2023
Local time
12:00pm
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
The High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom