Tender

Refugee Resettlement Services Framework 2022 - 2028

  • Liverpool City Council

F02: Contract notice

Notice identifier: 2022/S 000-026600

Procurement identifier (OCID): ocds-h6vhtk-036aac

Published 22 September 2022, 4:16pm



Section one: Contracting authority

one.1) Name and addresses

Liverpool City Council

4th Floor, Cunard Building

Liverpool

L3 1DS

Contact

Ms Jayne Whitehead

Email

jayne.whitehead@liverpool.gov.uk

Telephone

+44 1512333000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.liverpool.gov.uk

Buyer's address

http://www.liverpool.gov.uk

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=6900cbbe-4933-ed11-8119-005056b64545

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/Advert/Index?advertId=6900cbbe-4933-ed11-8119-005056b64545

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

Refugee Resettlement Services Framework 2022 - 2028

Reference number

DN626780

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Liverpool City Council are seeking a single provider to deliver an overarching Refugee Resettlement Support Service for refugees in Liverpool as part of official schemes run by central government departments (Home Office and Department for Levelling Up Housing and Communities):-

• UKRS: United Kingdom Resettlement Scheme

• ARAP: former employees of the British government in Afghanistan on the Afghan Relocation and Assistance Programme

• ACRS: Afghan Citizen Resettlement Scheme vulnerable and at risk people who were evacuated and in need of protection and the people still in Afghanistan in need of protection.

• Afghan Bridging Hotel: on-site wraparound and move on support

• Ukraine (including Homes for Ukraine, Family Reunion and those with irregular immigration status)

• Any other eligible UK government resettlement programme as appropriate, as a consequence of global events and humanitarian crises.

A single supplier framework will be established in accordance with the requirements outlined within the service specification.

Please note that this Contract is reliant upon grant funding being made available to the Authority on an annual basis by central government.

Following Contract Award, there will be a mobilisation period of four weeks where by the provider will be expected to establish the service in preparation of service delivery. These costs will be incurred by the provider. There will be a 12 week transition period where clients are transferred from the incumbent supplier.

The provider will need to be able to demonstrate local knowledge and experience of working with vulnerable people and people seeking sanctuary.

The Authority would be open to a collaborative approach which draws on the knowledge and experience of organisations already delivering services within the asylum and refugee sector.

The successful Provider will also need to ensure a sustainable and robust business model to deliver the service to a high standard.

The new service will take the form of:-

a. Refugee Resettlement Casework Support: Arrivals planning for new refugees; Meet and greet at airport or accommodation; Intensive orientation support: GP/health and school registration, Welfare benefit applications, bank accounts; ongoing resettlement support, housing support.

b. Wraparound Service (at hotel/temporary accommodation): Mon- Fri on-site support/presence at the hotel; Facilitate access to health services and education; Support applying for Universal Credit and bank account; Co-ordination of partners delivering services on site; support with how to access move-on accommodation.

The contract length is for 4 years giving the Authority the option to extend a further 2 years subject to performance. There will be no new arrivals/referrals in year 4, the final year of the contract, the provider will support the refugees who arrived during the previous year, year 3. The Authority will review the option to extend a further 2 years, during year 3. If an extension is granted new arrivals/referrals will continue in Years 4 and 5. There will be no new arrivals in Year 6.

Full tender documents and instructions are published on https://www.the-chest.org.uk/

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The procurement is an open above threshold tender

Specification and Tender Pack can be found by registering and expressing a interest in the opportunity https://www.the-chest.org.uk/ Reference DN626780

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

48

This contract is subject to renewal

Yes

Description of renewals

There is an option included for 1 x 2 year extension

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.1.2) 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Grant funding outcomes and Key Performance Indictors have been set out in the tender document under contract management


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

24 October 2022

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 October 2022

Local time

12:05pm

Place

Electronic seal will be removed after the closing date

Information about authorised persons and opening procedure

The Corporate Procurement Unit will open the tenders received after the seal has been removed


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Liverpool CC

Liverpool

Country

United Kingdom

Internet address

https://liverpool.gov.uk/home/