Notice Information
Notice Title
Reintegration Support Services
Notice Description
The Authority is seeking to work with commercial partner(s) to provide reintegration services for people returning from the UK to their countries of origin. The Authority aims to support a range of returnees (voluntary or enforced) from across the immigration system, potentially including Foreign National Offenders (FNOs). Initially, the countries in scope for this service are: Afghanistan, Albania, Algeria, Bangladesh, China, Eritrea, Ethiopia, Ghana, India, Iraq, Iran, Jamaica, Morocco, Nigeria, Pakistan, Sudan, Tunisia, Turkey, Ukraine, Vietnam and Zimbabwe. The Authority is exploring the method in which this service may be delivered. The current intention (which is not guaranteed) is for this service to be disaggregated, with separate contracts for each lot, possibly split by geographical area. Please see an indicative example below: Africa: Eritrea, Ethiopia, Sudan, Zimbabwe, Nigeria, Tunisia, Algeria, Morocco, Ghana Middle East: Afghanistan, Iraq, Iran Europe: Ukraine, Albania & Turkey Caribbean: Jamaica Asia: India, Pakistan, Bangladesh, Vietnam, China The Authority is exploring the type and method in which support will be delivered to returnees, but the service provider may be expected to provide: 1. Remote provision of information pre-departure from the UK; 2. Assistance on arrival, that could include: * Airport pick-up; * Arrival assistance and immediate necessities; * Onward travel assistance in-country; * Emergency/ short-term housing; * Immediate medical support. 3. Cash support and reintegration counselling, that could include: * Periodic face-to-face reintegration counselling combined with cash distribution - at least three times over a six-month period; * Availability by phone to provide information/ assistance on ad-hoc basis; including; advice on accessing schooling or further education; advice on accessing vocational training; advice on finding employment; family tracing; legal support. 4. Reintegration Assistance * Coaching; * Co-designing a reintegration plan with the returnee that may include using available funds to: - Set up an individual or collective small business with other returnees/ integrating the returnee into an existing or new community income generating activity; - Paid academic or vocational training; - An apprenticeship; - Contribute to living costs while pursuing any of the above options. There is also an ambition to use the service for a small number of selected voluntary returnees, within Albania and India, that also support the wider community. This is something that the Authority would like to explore with the market. In other developing countries worldwide, the Authority is considering the possibility of providing: 1. Verification of the arrival of the returnee (face to face or remotely) to trigger cash disbursement 2. Further telephone only provision of information/assistance on ad-hoc basis Additional information: The contract falls under Regulation 74 of and Schedule 3 to the Public Contracts Regulations 2015. As a result,the Authority has determined the procurement procedure that is being followed. The Authority will ensure thatthe procurement procedure is at least sufficient to ensure compliance with the principles of transparency andequal treatment of Bidders.This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). Toparticipate in this procurement, participants must first be registered on the eSourcing Portal.If you have not yet registered on the eSourcing Portal, this can be done online athttps://homeoffice.app.jaggaer.com by following the link 'To register click here'. Please note that, to register,you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you areregistering, who will be entering into a contract if invited to do so.Once you have registered on the eSourcing Portal, a registered user can express an interest for a specificprocurement. This is done by emailing reintegrationprocurement@homeoffice.gov.uk.Your email must clearly state: the name and reference for the procurement you wish to register for; the nameof the registered supplier; and the name and contact details for the registered individual sending the email.The eMail will be processed and then the buyer will enable the supplier to access the procurement online viathe eSourcing Portal. The registered user will receive a notification email to alert them once this has been done.For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk atcustomersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).Once above steps are completed, documents will be made available via the portal, subject to parties signing aNon-Disclosure Agreement (NDA).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-dd15b1c6-b921-413e-b412-ab9ffd0763bd
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/06168f5b-6535-402a-a24d-39dc67733a31
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planned Procurement Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
60 - Transport services (excl. Waste transport)
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
85 - Health and social work services
-
- CPV Codes
60000000 - Transport services (excl. Waste transport)
75200000 - Provision of services to the community
79111000 - Legal advisory services
80000000 - Education and training services
85312000 - Social work services without accommodation
85322000 - Community action programme
Notice Value(s)
- Tender Value
- £28,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Oct 20205 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 4 Jan 2021Expired
- Award Date
- Not specified
- Contract Period
- 31 Mar 2021 - 31 Mar 2024 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HOME OFFICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DF
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/06168f5b-6535-402a-a24d-39dc67733a31
20th October 2020 - Future opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-dd15b1c6-b921-413e-b412-ab9ffd0763bd-2020-10-20T14:19:30+01:00",
"date": "2020-10-20T14:19:30+01:00",
"ocid": "ocds-b5fd17-dd15b1c6-b921-413e-b412-ab9ffd0763bd",
"language": "en",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "1",
"documentType": "plannedProcurementNotice",
"description": "Future opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/06168f5b-6535-402a-a24d-39dc67733a31",
"datePublished": "2020-10-20T14:19:30+01:00",
"format": "text/html",
"language": "en"
}
]
},
"tender": {
"id": "CF-0120500D58000000L5A4EAK1",
"title": "Reintegration Support Services",
"description": "The Authority is seeking to work with commercial partner(s) to provide reintegration services for people returning from the UK to their countries of origin. The Authority aims to support a range of returnees (voluntary or enforced) from across the immigration system, potentially including Foreign National Offenders (FNOs). Initially, the countries in scope for this service are: Afghanistan, Albania, Algeria, Bangladesh, China, Eritrea, Ethiopia, Ghana, India, Iraq, Iran, Jamaica, Morocco, Nigeria, Pakistan, Sudan, Tunisia, Turkey, Ukraine, Vietnam and Zimbabwe. The Authority is exploring the method in which this service may be delivered. The current intention (which is not guaranteed) is for this service to be disaggregated, with separate contracts for each lot, possibly split by geographical area. Please see an indicative example below: Africa: Eritrea, Ethiopia, Sudan, Zimbabwe, Nigeria, Tunisia, Algeria, Morocco, Ghana Middle East: Afghanistan, Iraq, Iran Europe: Ukraine, Albania & Turkey Caribbean: Jamaica Asia: India, Pakistan, Bangladesh, Vietnam, China The Authority is exploring the type and method in which support will be delivered to returnees, but the service provider may be expected to provide: 1. Remote provision of information pre-departure from the UK; 2. Assistance on arrival, that could include: * Airport pick-up; * Arrival assistance and immediate necessities; * Onward travel assistance in-country; * Emergency/ short-term housing; * Immediate medical support. 3. Cash support and reintegration counselling, that could include: * Periodic face-to-face reintegration counselling combined with cash distribution - at least three times over a six-month period; * Availability by phone to provide information/ assistance on ad-hoc basis; including; advice on accessing schooling or further education; advice on accessing vocational training; advice on finding employment; family tracing; legal support. 4. Reintegration Assistance * Coaching; * Co-designing a reintegration plan with the returnee that may include using available funds to: - Set up an individual or collective small business with other returnees/ integrating the returnee into an existing or new community income generating activity; - Paid academic or vocational training; - An apprenticeship; - Contribute to living costs while pursuing any of the above options. There is also an ambition to use the service for a small number of selected voluntary returnees, within Albania and India, that also support the wider community. This is something that the Authority would like to explore with the market. In other developing countries worldwide, the Authority is considering the possibility of providing: 1. Verification of the arrival of the returnee (face to face or remotely) to trigger cash disbursement 2. Further telephone only provision of information/assistance on ad-hoc basis Additional information: The contract falls under Regulation 74 of and Schedule 3 to the Public Contracts Regulations 2015. As a result,the Authority has determined the procurement procedure that is being followed. The Authority will ensure thatthe procurement procedure is at least sufficient to ensure compliance with the principles of transparency andequal treatment of Bidders.This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). Toparticipate in this procurement, participants must first be registered on the eSourcing Portal.If you have not yet registered on the eSourcing Portal, this can be done online athttps://homeoffice.app.jaggaer.com by following the link 'To register click here'. Please note that, to register,you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you areregistering, who will be entering into a contract if invited to do so.Once you have registered on the eSourcing Portal, a registered user can express an interest for a specificprocurement. This is done by emailing reintegrationprocurement@homeoffice.gov.uk.Your email must clearly state: the name and reference for the procurement you wish to register for; the nameof the registered supplier; and the name and contact details for the registered individual sending the email.The eMail will be processed and then the buyer will enable the supplier to access the procurement online viathe eSourcing Portal. The registered user will receive a notification email to alert them once this has been done.For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk atcustomersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).Once above steps are completed, documents will be made available via the portal, subject to parties signing aNon-Disclosure Agreement (NDA).",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "75200000",
"description": "Provision of services to the community"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "60000000",
"description": "Transport services (excl. Waste transport)"
},
{
"scheme": "CPV",
"id": "79111000",
"description": "Legal advisory services"
},
{
"scheme": "CPV",
"id": "85322000",
"description": "Community action programme"
},
{
"scheme": "CPV",
"id": "85312000",
"description": "Social work services without accommodation"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 28000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"communication": {
"futureNoticeDate": "2021-01-04T23:59:59Z"
},
"contractPeriod": {
"startDate": "2021-04-01T00:00:00+01:00",
"endDate": "2024-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-107236",
"name": "Home Office",
"identifier": {
"legalName": "Home Office"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"countryName": "GB"
},
"contactPoint": {
"name": "Reintegration Procurement Team",
"email": "reintegrationprocurement@homeoffice.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-107236",
"name": "Home Office"
}
}