Opportunity

BHCC EB Refugee Resettlement Casework Support

  • Brighton and Hove City Council

F02: Contract notice

Notice reference: 2024/S 000-000996

Published 11 January 2024, 3:41pm



Section one: Contracting authority

one.1) Name and addresses

Brighton and Hove City Council

Hove Town Hall, Norton Road

Hove

BN3 3BQ

Contact

Mr Edward Barfoot

Email

edward.barfoot@brighton-hove.gov.uk

Country

United Kingdom

NUTS code

UKJ21 - Brighton and Hove

Internet address(es)

Main address

http://www.brighton-hove.gov.uk/

Buyer's address

https://www.brighton-hove.gov.uk/procurement

one.3) Communication

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

https://in-tendhost.co.uk/sesharedservices/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

BHCC EB Refugee Resettlement Casework Support

Reference number

BHCC - 037315

two.1.2) Main CPV code

  • 85312400 - Welfare services not delivered through residential institutions

two.1.3) Type of contract

Services

two.1.4) Short description

Brighton and Hove City Council (the Council) is seeking a Supplier to deliver Casework Support as part of its Refugee Resettlement Scheme. The primary aim of the services being procured is to fulfil the requirements set out by government in the funding instructions for the following resettlement schemes: The UK Resettlement Scheme (UKRS) , The Afghan Citizens Resettlement Scheme (ACRS) and the Afghan Relocations and Assistance Policy (ARAP).The Council is seeking to procure holistic casework support, including ESOL and employment support, for households arriving on government funded resettlement programmes. The support is to be provided for 24 months following arrival into the city. The casework provision can be extended, exceptionally, to 30 or 36 months for the most complex cases. The successful Supplier will be required to have capacity to scale up or down at pace in response to varying rates of arrivals and unexpected world events and changes to government schemes.

two.1.5) Estimated total value

Value excluding VAT: £3,084,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312400 - Welfare services not delivered through residential institutions

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

The successful Supplier will be required to have capacity to scale up or down at pace in response to varying rates of arrivals and unexpected world events and changes to government schemes/funding arrangements, with an anticipated maximum arrival per annum of 70 individuals. The Council is conducting a two-stage procedure under the Light touch regime in order to appoint a suitable Supplier, in accordance with Regulation 76 of the Regulations.An overview of the service required is provided in the attached document ‘Schedule 1 – Service Overview’The Council intends to develop further detail regarding the service specification as part of Stage Two of this tender. Further details are given within the guidance document. The value noted in the notice is based on the maximum five year term and based on supporting the anticipated maximum amount of individuals arriving per annum (70). This figure also includes taking on support for existing caseloads at the commencement of the contract and all figures are based on currently understood funding levels and schemes. As noted in the Service Overview, the full scope of the services cannot be confirmed at the time of writing and the Council intends to provide further information as part of Stage Two, including consideration of arrangements in relation to individuals currently being supported through the existing contract

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

60

This contract is subject to renewal

Yes

Description of renewals

Initial three year period with a potential extension of up to two years.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the Stage One documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

9 February 2024

Local time

11:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

11 March 2024

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

English


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

None

None

Country

Afghanistan