Tender

TRHS0001 Administration of the Shimmer Relocation Appreciation Loan Scheme

  • Department for Transport

F02: Contract notice

Notice identifier: 2023/S 000-011840

Procurement identifier (OCID): ocds-h6vhtk-03c400

Published 25 April 2023, 2:15pm



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

Email

GCDCRMRail@dft.gov.uk

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