Asked by: Rupert Lowe (Independent - Great Yarmouth)
Question to the Home Office:
To ask the Secretary of State for the Home Department, with reference to the contract, Provision of Bridging Accommodation and Travel Services, procurement reference CCTM22A01, what the per-person daily cost is of providing a varied daily menu, taking into account all religious needs as specified.
Answered by Alex Norris - Minister of State (Home Office)
Prior to receiving internal, Home Office Commercial approvals, to award this contract supplier performance was reviewed and due diligence was carried out. Necessary external approvals from Cabinet Office Spend Controls were also obtained prior to the contract award. The guidance for Cabinet Office Spend Controls applies to commercial activities costing £20 million or more, and is published on gov.uk at: Commercial spend controls (version 7) - GOV.UK.
The final contract signature was completed on 24 March 2023.
All Home Office contracts are procured in line with public sector procurement regulations. As part of these regulations, robust checks are carried out on suppliers’ ability to deliver the contract in question and, in certain circumstances, it may be necessary to exclude bidders in line with relevant regulations.
CCTM22A01 Provision of Bridging Accommodation and Travel Services Contract was a direct award under the CCS Travel and Venue Solutions Framework Agreement (RM6217) – Lot 2. CTM were the sole supplier within Lot 2.
Financial information cannot be provided in the granular detail requested.
Asked by: Rupert Lowe (Independent - Great Yarmouth)
Question to the Home Office:
To ask the Secretary of State for the Home Department, with reference to the contract, Provision of Bridging Accommodation and Travel Services, procurement reference CCTM22A01, what the cost per service user is of the requirement that cabins are cleaned on a twice weekly basis.
Answered by Alex Norris - Minister of State (Home Office)
Prior to receiving internal, Home Office Commercial approvals, to award this contract supplier performance was reviewed and due diligence was carried out. Necessary external approvals from Cabinet Office Spend Controls were also obtained prior to the contract award. The guidance for Cabinet Office Spend Controls applies to commercial activities costing £20 million or more, and is published on gov.uk at: Commercial spend controls (version 7) - GOV.UK.
The final contract signature was completed on 24 March 2023.
All Home Office contracts are procured in line with public sector procurement regulations. As part of these regulations, robust checks are carried out on suppliers’ ability to deliver the contract in question and, in certain circumstances, it may be necessary to exclude bidders in line with relevant regulations.
CCTM22A01 Provision of Bridging Accommodation and Travel Services Contract was a direct award under the CCS Travel and Venue Solutions Framework Agreement (RM6217) – Lot 2. CTM were the sole supplier within Lot 2.
Financial information cannot be provided in the granular detail requested.
Asked by: Rupert Lowe (Independent - Great Yarmouth)
Question to the Home Office:
To ask the Secretary of State for the Home Department, with reference to the contract, Provision of Bridging Accommodation and Travel Services, procurement reference CCTM22A01, what due diligence was undertaken on Corporate Travel Management (North) Limited, including financial capacity, relevant experience, and subcontracting arrangements, prior to contract award.
Answered by Alex Norris - Minister of State (Home Office)
Prior to receiving internal, Home Office Commercial approvals, to award this contract supplier performance was reviewed and due diligence was carried out. Necessary external approvals from Cabinet Office Spend Controls were also obtained prior to the contract award. The guidance for Cabinet Office Spend Controls applies to commercial activities costing £20 million or more, and is published on gov.uk at: Commercial spend controls (version 7) - GOV.UK.
The final contract signature was completed on 24 March 2023.
All Home Office contracts are procured in line with public sector procurement regulations. As part of these regulations, robust checks are carried out on suppliers’ ability to deliver the contract in question and, in certain circumstances, it may be necessary to exclude bidders in line with relevant regulations.
CCTM22A01 Provision of Bridging Accommodation and Travel Services Contract was a direct award under the CCS Travel and Venue Solutions Framework Agreement (RM6217) – Lot 2. CTM were the sole supplier within Lot 2.
Financial information cannot be provided in the granular detail requested.
Asked by: Rupert Lowe (Independent - Great Yarmouth)
Question to the Home Office:
To ask the Secretary of State for the Home Department, with reference to the contract, Provision of Bridging Accommodation and Travel Services, procurement reference CCTM22A01, on what date Corporate Travel Management (North) Limited was notified that it had been awarded the contract, and which Minister approved the award.
Answered by Alex Norris - Minister of State (Home Office)
Prior to receiving internal, Home Office Commercial approvals, to award this contract supplier performance was reviewed and due diligence was carried out. Necessary external approvals from Cabinet Office Spend Controls were also obtained prior to the contract award. The guidance for Cabinet Office Spend Controls applies to commercial activities costing £20 million or more, and is published on gov.uk at: Commercial spend controls (version 7) - GOV.UK.
The final contract signature was completed on 24 March 2023.
All Home Office contracts are procured in line with public sector procurement regulations. As part of these regulations, robust checks are carried out on suppliers’ ability to deliver the contract in question and, in certain circumstances, it may be necessary to exclude bidders in line with relevant regulations.
CCTM22A01 Provision of Bridging Accommodation and Travel Services Contract was a direct award under the CCS Travel and Venue Solutions Framework Agreement (RM6217) – Lot 2. CTM were the sole supplier within Lot 2.
Financial information cannot be provided in the granular detail requested.
Asked by: Rupert Lowe (Independent - Great Yarmouth)
Question to the Home Office:
To ask the Secretary of State for the Home Department, with reference to the contract, Provision of Bridging Accommodation and Travel Services, procurement reference CCTM22A01, what procurement route was used to award the contract; and whether it was subject to open competition, emergency procurement, or direct award.
Answered by Alex Norris - Minister of State (Home Office)
Prior to receiving internal, Home Office Commercial approvals, to award this contract supplier performance was reviewed and due diligence was carried out. Necessary external approvals from Cabinet Office Spend Controls were also obtained prior to the contract award. The guidance for Cabinet Office Spend Controls applies to commercial activities costing £20 million or more, and is published on gov.uk at: Commercial spend controls (version 7) - GOV.UK.
The final contract signature was completed on 24 March 2023.
All Home Office contracts are procured in line with public sector procurement regulations. As part of these regulations, robust checks are carried out on suppliers’ ability to deliver the contract in question and, in certain circumstances, it may be necessary to exclude bidders in line with relevant regulations.
CCTM22A01 Provision of Bridging Accommodation and Travel Services Contract was a direct award under the CCS Travel and Venue Solutions Framework Agreement (RM6217) – Lot 2. CTM were the sole supplier within Lot 2.
Financial information cannot be provided in the granular detail requested.
Asked by: Rupert Lowe (Independent - Great Yarmouth)
Question to the Home Office:
To ask the Secretary of State for the Home Department, whether her Department will publish an annual summary of due diligence outcomes and contract performance for its highest-value suppliers.
Answered by Alex Norris - Minister of State (Home Office)
Home Office meets Cabinet Office transparency arrangements to ensure consistency across Government. There is no current requirement to meet the scope suggested.
Cabinet Office publishes quarterly KPI data from returns supplied by Departments.
Asked by: Rupert Lowe (Independent - Great Yarmouth)
Question to the Home Office:
To ask the Secretary of State for the Home Department, what proportion of her Department's major contracts are delivered via subcontractors; and what controls exist to ensure accountability for subcontracted delivery.
Answered by Sarah Jones - Minister of State (Home Office)
Where Home Office Commercial use Key Subcontractors to deliver critical services, controls are in place to test their financial health throughout the life of the contract and performance monitored through KPIs.
The Home Office Commercial Assurance Board provides independent assurance for all procurement and Contracts above £10m.
The Commercial Assurance Board undertakes an assessment and approval at key stages of the commercial lifecycle (Strategic Outline case, outline business case and full business case) before the Contract is awarded.
Assurance and assessment of commercial and legal risks, value for money, compliance with regulations and how Social Value will be delivered in the Contracts is completed ahead of Contract Award.
Home Office commercial undertake a robust financial assessment of all Bidders financial health and viability to deliver contracts as part of the financial evaluation in procurements over £50m and these principles apply to all procurements.
For high value and complex contracts, Bidders are requested to provide a competed FVRA (Financial Viability Risk Assessment) which includes profitability ratios, debt ratios, liquidity ratios and solvency ratios. If Bidders are unable to meet the required thresholds, then they are removed from the procurement process.
Other information required would only be available at a disproportionate cost.
Asked by: Rupert Lowe (Independent - Great Yarmouth)
Question to the Home Office:
To ask the Secretary of State for the Home Department, whether bidders for contracts above £50 million are required to disclose executive pay, profit margins and anticipated rates of return.
Answered by Sarah Jones - Minister of State (Home Office)
Where Home Office Commercial use Key Subcontractors to deliver critical services, controls are in place to test their financial health throughout the life of the contract and performance monitored through KPIs.
The Home Office Commercial Assurance Board provides independent assurance for all procurement and Contracts above £10m.
The Commercial Assurance Board undertakes an assessment and approval at key stages of the commercial lifecycle (Strategic Outline case, outline business case and full business case) before the Contract is awarded.
Assurance and assessment of commercial and legal risks, value for money, compliance with regulations and how Social Value will be delivered in the Contracts is completed ahead of Contract Award.
Home Office commercial undertake a robust financial assessment of all Bidders financial health and viability to deliver contracts as part of the financial evaluation in procurements over £50m and these principles apply to all procurements.
For high value and complex contracts, Bidders are requested to provide a competed FVRA (Financial Viability Risk Assessment) which includes profitability ratios, debt ratios, liquidity ratios and solvency ratios. If Bidders are unable to meet the required thresholds, then they are removed from the procurement process.
Other information required would only be available at a disproportionate cost.
Asked by: Rupert Lowe (Independent - Great Yarmouth)
Question to the Home Office:
To ask the Secretary of State for the Home Department, what due diligence processes her Department undertakes before awarding contracts valued above £10 million.
Answered by Sarah Jones - Minister of State (Home Office)
Where Home Office Commercial use Key Subcontractors to deliver critical services, controls are in place to test their financial health throughout the life of the contract and performance monitored through KPIs.
The Home Office Commercial Assurance Board provides independent assurance for all procurement and Contracts above £10m.
The Commercial Assurance Board undertakes an assessment and approval at key stages of the commercial lifecycle (Strategic Outline case, outline business case and full business case) before the Contract is awarded.
Assurance and assessment of commercial and legal risks, value for money, compliance with regulations and how Social Value will be delivered in the Contracts is completed ahead of Contract Award.
Home Office commercial undertake a robust financial assessment of all Bidders financial health and viability to deliver contracts as part of the financial evaluation in procurements over £50m and these principles apply to all procurements.
For high value and complex contracts, Bidders are requested to provide a competed FVRA (Financial Viability Risk Assessment) which includes profitability ratios, debt ratios, liquidity ratios and solvency ratios. If Bidders are unable to meet the required thresholds, then they are removed from the procurement process.
Other information required would only be available at a disproportionate cost.
Asked by: Rupert Lowe (Independent - Great Yarmouth)
Question to the Home Office:
To ask the Secretary of State for the Home Department, which (a) Ministers and (b) Senior Civil Servants approved the award of the contract titled AIRE - Advice Issue Reporting and Eligibility to Migrant Help and CCTM22A01 Provision of Bridging Accommodation and Travel Services Contract - Contracts Finder Contract, with a start date of 26 February 2023; and on what date that approval was given.
Answered by Alex Norris - Minister of State (Home Office)
This information cannot be disclosed as the detailed financial breakdown of the AIRE contract is commercially sensitive.
This contract was approved by the Commercial Approval Board where it gained approval within Home Office. It was also approved by Cabinet Office Spend Controls and HMT approvals.
The AIRE - Advice Issue Reporting and Eligibility was procured as part of a restricted procedure under the PCR15 regulations.
Key Performance Indicators (KPIs) and service standards are contained within the contract titled AIRE publicly available information: AIRE - Advice Issue Reporting and Elligibility - Contracts Finder