Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Brighton and Hove City Council
Hove Town Hall, Norton Road
Hove
BN3 3BQ
UK
Person cyswllt: Mr Edward Barfoot
E-bost: edward.barfoot@brighton-hove.gov.uk
NUTS: UKJ21
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.brighton-hove.gov.uk/
Cyfeiriad proffil y prynwr: https://www.brighton-hove.gov.uk/procurement
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://in-tendhost.co.uk/sesharedservices/aspx/Home
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
BHCC EB Refugee Resettlement Casework Support
Cyfeirnod: BHCC - 037315
II.1.2) Prif god CPV
85312400
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 084 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
85312400
II.2.3) Man cyflawni
Cod NUTS:
UKJ21
Prif safle neu fan cyflawni:
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Initial three year period with a potential extension of up to two years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
As detailed in the Stage One documents.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
09/02/2024
Amser lleol: 11:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
11/03/2024
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
VI.5) Dyddiad anfon yr hysbysiad hwn
11/01/2024