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
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