Tender

Homes England - Mid-Rise Remediation Scheme

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

F02: Contract notice

Notice identifier: 2022/S 000-019772

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

Published 20 July 2022, 1:56pm



Section one: Contracting authority

one.1) Name and addresses

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

One Friargate, 4th Floor

Coventry

CV1 2GN

Contact

Mr Shaun Naylor

Email

shaun.naylor@homesengland.gov.uk

Country

United Kingdom

NUTS 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.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

one.4) Type of the contracting authority

National or federal 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.1.5) Estimated total value

Value excluding VAT: £13,760,000

two.1.6) Information about lots

This contract is divided into lots: No

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

Following the tragedy at Grenfell Tower on 14 June 2017, industry-wide reviews of building materials, regulations and fire safety led to DLUHC commissioning The Agency to deliver the Mid-Rise Remediation Scheme (“MRRS”).

The core objective of MRRS is to remediate fire safety risks in the external walls of eligible buildings through the provision of grant funding to Responsible Entities.

This procurement and the resulting contract cover services over three phases summarised below. The service requirements and obligations of the Service Administrator in relation to the administration of each phase are set out in detail in Schedule 2.1 – Services Description Schedule of the published ITT documents.

Implementation – Includes the services and obligations on the Service Administrator in relation to the operational set up of the scheme including the configuration of a digitally enabled grant application system from.

Operations – Includes the services and obligations on the Service Administrator in relation to the core operational delivery of the scheme in order to perform back office and contact centre services to respond to applications for grant monies under the MRRS. This phase also includes the services and obligations on the Service Administrator in relation to the maintenance of the digital platform.

Exit – Includes the decommissioning of the services.

The initial period of this contract is 28.5 months (4.5 month implementation period followed by 24 months of operations) with the option to extend for a further 5 x 12 month periods.

The value of the initial 28.5 month period has been estimated as £6.1 million.

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.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

89

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 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 000-010035

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 September 2022

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

5 September 2022

Local time

10:00am


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

Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom