Metropolitan Housing Trust Ltd has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | 2023-2024-009: Migrant Rent Deposit Scheme |
Notice type: | Contract Notice |
Authority: | Metropolitan Housing Trust Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Introduction and overview •The refugee rent deposit project will test a new model for providing rental deposits and wider tenancy sustainment support to refugees seeking to enter the UK Private Rented Sector (PRS), through a three-year pilot. |
Published: | 14/12/2023 13:01 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Metropolitan Housing Trust Limited
The Grange, 100 High Street, Southgate, London, N14 6PW, United Kingdom
Tel. +44 7701388562, Email: adam.bevan@mtvh.co.uk
Contact: Adam Bevan
Main Address: https://www.mtvh.co.uk/
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Southgate%2C-London:-Other-community%2C-social-and-personal-services./3J73S3QZ8P
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned 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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 2023-2024-009: Migrant Rent Deposit Scheme
Reference Number: Not provided
II.1.2) Main CPV Code:
98000000 - Other community, social and personal services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Introduction and overview •The refugee rent deposit project will test a new model for providing rental deposits and wider tenancy sustainment support to refugees seeking to enter the UK Private Rented Sector (PRS), through a three-year pilot.
II.1.5) Estimated total value:
Value excluding VAT: 300,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
70210000 - Residential property renting or leasing services.
70331000 - Residential property services.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
UKF EAST MIDLANDS (ENGLAND)
UKI LONDON
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Pilot Assumptions (exact numbers will be confirmed in the tendering documents): •Number of households supported: a minimum of 135 households over three years. Due to funding restrictions, we envisage that: o25% of overall target (over the 3 years) will be restricted to London oA min of 30% of the overall target must be displaced people from Ukraine. •Deposit allocation per household: oOutside London: £1,000 oLondon: £2,000 Budget available for delivery partner (final amount to be confirmed) Circa £240,000 over three years for direct delivery costs. This includes staff salaries and on-costs, overheads, training and travel, managing the ‘Moving-In Fund’, and project publicity & education materials. -Other funding available (for information only) Evaluation costs: circa £30,000 (please note there will be a separate tendering process to identify an external evaluator prior to project launch). Deposit fund available: appx £181,000 to achieve a target of 135 households over three years. ‘Moving in Fund’: An additional £67,500 will be available to enable the project to provide 135 one off move-in grants to refugee households of up to £500 each. 4.Contract Start Date: November 2023 (tbc) 5.Length of contract: 3 years (subject to achieving targets)
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Professional Experience and Ability to Deliver the Pilot / Weighting: 80
Cost criterion - Name: Price / Weighting: 20
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2023/S 000 - 023692
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 31/01/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 31/01/2024
Time: 13:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.Please reach out to adam.bevan@mtvh.co.uk if you have any questions about the tender exercise, which is due to be released on 30/08/2023.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=830292059
VI.4) Procedures for review
VI.4.1) Review body:
Metropolitan Housing Trust Limited
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 14/12/2023
Annex A