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
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
11/01/2024