News

United Kingdom-Banbury: Health and social work services

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2017/S 129-263952/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable

Contract award notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Cherwell Distric Council
Town: Banbury
Postal code: OX16 5AA
Country: United Kingdom
Contact Person: Farrell Symonds
Telephone: +44 1295221742
Email: farrell.symonds@cherwellandsouthnorthants.gov.uk
Internet address(es):
Main address: www.cherwell.gov.uk

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: Resettlement Support for the Syrian Vulnerable Persons Relocation Scheme.
II.1.2) Main CPV code: 85000000
II.1.3) Type of contract Services
II.1.4) Short Description: Cherwell DC has committed to supporting 6 Syrian households as part of the Vulnerable Persons Relocation Scheme (VPRS), set up in 2015 by the Conservative Government to support the relocation of Syrian refugees from camps in Turkey, Jordan and Lebanon.
It currently prioritises the following groups:
— Women.
— Children and young people at risk.
— People in severe need of medical care.
— Survivors of torture and violence.
— Refugees with legal and/or physical protection needs.
— Refugees with medical needs or disabilities.
— Persons at risk due to their sexual orientation or gender identity, and
— Refugees with family links in resettlement countries.
Refugees will be granted a 5-year humanitarian protection visa. This will entitle them to access public funds, access to the labour market and the possibility of a family reunion.
The United Nations High Commissioner for Refugees (UNHCR) conducts a series of checks including a robust identification process prior to referring.
II.1.6) Information about lots:
The contract is divided into lots: yes
II.1.7) Total value of the procurement(excluding VAT)
Lowest offer: 100000.00/ Highest offer: 300000.00 taken into consideration
Currency: GBP

II.2) Description
II.2.1) Title: Intensive Resettlement Support
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 85000000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:Banbury, Oxfordshire.

II.2.4) Description of the procurement
The Phase 1 Contract will be the most intensive part of this support programme. It will provide comprehensive daytime support for the initial 2 weeks from the day a family arrives in the UK.
Support must also include the provision of out of hours cover to ensure support is available 24 hours a day where necessary.
Crucially, part of this phase also includes the responsibility for coordinating services between a range of statutory agencies that will also be required to support the six households to settle and to access appropriate services.

II.2.5)Award criteria
Quality criterion – Name: Operational Delivery/Weighting:30Quality criterion – Name: Management and Organisation/Weighting:5Quality criterion – Name: Innovation/Weighting:5
Price – Weighting:60
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.2.1) Title: Resettlement Support
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 85000000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:Banbury, Oxfordshire.

II.2.4) Description of the procurement
The Phase 2 Contract will continue supporting families who have already received two weeks intensive support for an additional 50 weeks.
This service will provide the necessary support to enable them to continue to live and manage their lives successfully, and will include assistance to fully integrate into the local community.
The households will be referred to all the key agencies they may need; in particular they will be referred to agencies concerned with health, education, social care and employment.

II.2.5)Award criteria
Quality criterion – Name: Operational Delivery/Weighting:30Quality criterion – Name: Management and Organisation/Weighting:5Quality criterion – Name: Innovation/Weighting:5
Price – Weighting:60
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

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2016/S 231-421901
Section V: Award of contract
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2017-06-29
V.2.2) Information about tenders
Number of tenders received:2
Number of tenders received from SMEs:0
Number of tenders received from other EU Member States:0
Number of tenders received from non-EU Member States:0
Number of tenders received by electronic means:2
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Connection Oxford Ltd
National registration number: 3072719
Postal address: 1st Floor, 213 Barnes Road
Town: Oxford
Postal code: OX4 3UT
Country: United Kingdom
Telephone: +44 1865336152
Email: markthompson@connectionsupport.org.uk
Nuts code:
Internet address:
The contractor is an SME no

V.2.4) Information on value of the contract/lot(excluding VAT)
Lowest offer: 100000.00/ Highest offer: 300000.00 taken into consideration
Currency: EUR

Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Official name: Royal Courts of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom

VI.5) Date of dispatch of this notice:
2017-07-05

Free Tender Search

Search

Recent Posts

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy