Section one: Contracting authority
one.1) Name and addresses
Liverpool City Council
4th Floor, Cunard Building
Liverpool
L3 1DS
Contact
Ms Jayne Whitehead
jayne.whitehead@liverpool.gov.uk
Telephone
+44 1512333000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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