Tender

Refugee Resettlement Support Services

  • Suffolk County Council

F02: Contract notice

Notice identifier: 2021/S 000-029245

Procurement identifier (OCID): ocds-h6vhtk-02f9ac

Published 24 November 2021, 12:17pm



Section one: Contracting authority

one.1) Name and addresses

Suffolk County Council

Endeavour House, Russell Road

IPSWICH

IP1 2BX

Contact

Andrew Wintersgill

Email

Andrew.Wintersgill@suffolk.gov.uk

Telephone

+44 1473260685

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Internet address(es)

Main address

www.suffolksourcing.uk

one.3) Communication

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

www.suffolksourcing.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.suffolksourcing.gov.uk

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

Refugee Resettlement Support Services

Reference number

CD1145/2

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Suffolk is already participating in the Afghan Relocations and Assistance Policy (ARAP) resettlement scheme. A new scheme, the Afghan Citizens Resettlement Scheme (ACRS) is starting this autumn. Both schemes are expected to deliver the same support, the difference is the eligibility criteria for the participants. As schemes to support refugees continue to evolve and emerge to respond to world events, successful providers will be expected to flex their provision to adapt to urgent calls to respond to new and unexpected circumstances. Lot 1: Housing provision – the sourcing and equipping of private sector accommodation Lot 2: Integration support provision – year 1 intensive support – support and assistance with initial integration and developing independence Lot 3: Integration support provision – year 2 onwards transition support

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Housing provision – the sourcing and equipping of private sector accommodation

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKH14 - Suffolk
Main site or place of performance

Suffolk

two.2.4) Description of the procurement

Housing provision – the sourcing and equipping of private sector accommodation

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 July 2022

End date

30 June 2025

This contract is subject to renewal

Yes

Description of renewals

Subject to extension in 2025

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

two.2) Description

two.2.1) Title

Integration support provision – year 1 intensive support – support and assistance with initial integration and developing independence

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKH14 - Suffolk
Main site or place of performance

Suffolk

two.2.4) Description of the procurement

This opportunity is available in the `Current Tenders` area of www.suffolksourcing.uk. Interested parties are invited to express their interest in order to gain full access to the tender documentation

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2022

End date

9 July 2025

This contract is subject to renewal

Yes

Description of renewals

As stated in the procurement documents

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

two.2) Description

two.2.1) Title

Integration support provision – year 2 onwards transition support – support towards successful integration and independence

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKH14 - Suffolk
Main site or place of performance

Suffolk

two.2.4) Description of the procurement

As stated in the procurement documentation

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 July 2022

End date

30 June 2025

This contract is subject to renewal

Yes

Description of renewals

Subject to extension in 2025

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 stated in the procurement documentation

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

As stated in the procurement documentation


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 several operators

Envisaged maximum number of participants to the framework agreement: 3

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

Continuity to provide resilience and sustainability against increased international uncertainty

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

4 January 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

Tender must be valid until: 30 June 2022

four.2.7) Conditions for opening of tenders

Date

4 January 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Suffolk has been participating in refugee resettlement since March 2016. The latest iteration of the Home Office resettlement programmes is the UK Resettlement Scheme (UKRS) which is designed to respond to identified refugee need from around the world and provide support for 5 years from arrival. As the events in Afghanistan unfolded in summer 2021, Suffolk Public Sector Leaders agreed that Suffolk should continue to contribute to the response. Suffolk is already participating in the Afghan Relocations and Assistance Policy (ARAP) resettlement scheme. A new scheme, the Afghan Citizens Resettlement Scheme (ACRS) is starting this autumn. Both schemes are expected to deliver the same support, the difference is the eligibility criteria for the participants. As schemes to support refugees continue to evolve and emerge to respond to world events, successful providers will be expected to flex their provision to adapt to urgent calls to respond to new and unexpected circumstances. Lot 1: Housing provision – the sourcing and equipping of private sector accommodation Lot 2: Integration support provision – year 1 intensive support – support and assistance with initial integration and developing independence Lot 3: Integration support provision – year 2 onwards transition support – support towards successful integration and independenceSuccess will be measured against the refugees successfully achieving the outcomes in their support plans. Suffolk County Council is therefore looking to appoint a suitably qualified organisation to deliver these resettlement support services for families and individuals with the contract to commence from 1st July 2022. The contract period will be for 3 years with the option to extend for up to a further period of 24 months. Please see The Invitation to Tender and particularly the Service Specification for more information.Providers must register on Suffolk sourcing in order to submit an expression of interest and download the Invitation to Tender - www.suffolksourcing.co.uk

six.4) Procedures for review

six.4.1) Review body

Suffolk County Council Ipswich Ipswich IP1 2DX United Kingdom

Endeavour House, 8 Russell Road,

Ipswich

IP1 2DX

Country

United Kingdom

Internet address

www.suffolk.gov.uk

six.4.2) Body responsible for mediation procedures

Suffolk County Council

Endeavour House, 8 Russell Road

Ipswich

IP1 2DX

Country

United Kingdom

Internet address

www.suffolk.

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Suffolk County Council incorporates a minimum 10 calendar day standstill period from the point at which information on the award of contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. If an appeal regarding the award of contract has not been successfully resolved: The Public Contracts Regulations 2015 as amended provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules, to take action in the High Court (England, Wales and Northern Ireland) Any such action must be brought promptly.)