Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

BHCC EB Refugee Resettlement Casework Support

  • First published: 13 January 2024
  • Last modified: 13 January 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-042c74
Published by:
Brighton and Hove City Council
Authority ID:
AA41845
Publication date:
13 January 2024
Deadline date:
09 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Brighton and Hove City Council

Hove Town Hall, Norton Road

Hove

BN3 3BQ

UK

Contact person: Mr Edward Barfoot

E-mail: edward.barfoot@brighton-hove.gov.uk

NUTS: UKJ21

Internet address(es)

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

Address of the buyer profile: https://www.brighton-hove.gov.uk/procurement

I.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 abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

BHCC EB Refugee Resettlement Casework Support

Reference number: BHCC - 037315

II.1.2) Main CPV code

85312400

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 3 084 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85312400

II.2.3) Place of performance

NUTS code:

UKJ21


Main site or place of performance:

II.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

II.2.5) Award criteria

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

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 09/02/2024

Local time: 11:00

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

Date: 11/03/2024

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

None

None

AF

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.5) Date of dispatch of this notice

11/01/2024

Coding

Commodity categories

ID Title Parent category
85312400 Welfare services not delivered through residential institutions Social work services without accommodation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
edward.barfoot@brighton-hove.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.