Further Competition under the Actuarial, Benefits and Governance Consultancy Services Framework Agreement (NCCT41941)

Award

Value

£4,100,000

Classifications

  • Legal advisory services

Tags

  • award

Submission Deadline

1 year ago

Published

11 months ago

Description

Cambridgeshire County Council and West Northamptonshire Council ("the Authorities") wish to appoint a Provider to supply the following services under Lot 1 - Actuarial Services under the National LGPS Framework reference NCCT41941 as set out in the Framework tender documents.  This contract will be awarded under the terms and conditions of the Framework and no variations will be considered to the Call-Off Terms and Conditions attached. •Your response must be received no later than the deadline specified in section 4. •Your response must be submitted through the WNC In-Tend Portal •The Authorities will not consider any late responses to this Invitation to Further Competition nor will it consider requests for extension of the time or date fixed for the submission of responses. It may, however, in its own absolute discretion extend the time or date fixed for submission and in such circumstances the Authorities will notify all Providers of any change. •the Authorities may at their sole discretion change any aspect of, or stop, this procurement exercise at any point and if it stops the exercise will not provide any Provider with the scores allocated in any marking exercise already undertaken or the reasons for the allocation of those scores. Clarifications should be submitted through WNC In-Tend Portal by no later than the deadline specified in section 4.  •For the Quality and Service Fit questions (Section 5) instructions set out in Section 6 of this document. Please upload the Pricing Schedule (Appendix 5) via WNC In-Tend Portal. •Submissions must not be password protected. •Providers are to answer all questions. •Providers' responses shall be clearly legible and in at least 11-point type, on a line spacing of at least 1.2 times the type size. •Documents shall not include any embedded objects which, if printed, appear as icons, rather than in full. •Proposals shall not contain any attachments or text other than that requested, and any information contained therein will be disregarded. •The answer to each question shall be self-contained. Responses such as 'see answer to question x' are not acceptable, nor are responses which refer to or assume knowledge of existing arrangements. •Providers should not assume that the evaluators have any prior knowledge of their organisation, its capabilities or the solutions it offers. •Providers are reminded that their proposal should respond specifically to the Authorities' requirements. Generic responses which do not take account of the Authorities' requirements and circumstances are unlikely to achieve good marks. •You must include all attachments requested but should include no other documents (and any other document will be disregarded by the Council when conducting its evaluation). •Providers are reminded that the layout and/or headings in the Invitation to Further Competition must not altered, expect where otherwise instructed.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Support for Victims of Modern Slavery (SVMS) Contract

Modern Slavery is an umbrella term that encompasses human trafficking, slavery, servitude and forced or compulsory labour. It cruelly destroys the lives of victims who are exploited by criminals for profit, often in seemingly legitimate businesses. The Modern Slavery Unit, within the Home Office's Modern Slavery Directorate, is responsible for leading the Government's response to modern slavery. Modern slavery is a barbaric crime that dehumanises people for profit. The Government is committed to tackling it in all its forms and to giving survivors the support and certainty they need to recover. The UK is committed to meeting its obligations and to providing effective support to ensure that victims are assisted in their recovery from their experiences of exploitation or trafficking. These obligations are currently met through the Modern Slavery Victim Care Contract (MSVCC) which provides specialist support to adult victims of exploitation and trafficking identified through the NRM in England and Wales, as well as support delivered through wider state services. The new Support for Victims of Modern Slavery (SVMS) contract will replace the MSVCC. The SVMS service will lift modern slavery victims out of exploitation, keep them safe, and provide temporary tailored needs-based support to assist them in their recovery and reduce their risk of re-exploitation. It will be innovative, flexible, responsive to demand, and adaptive to the needs of service users. It will facilitate the smooth transition of Service Users out of the service when contracted support is no longer required, through alignment with other statutory services and productive partnerships with statutory and non-statutory organisations. It will harness new data and technology advancements to support Service Users and deliver contract efficiency. The following key pillars and enablers will be required as part of SVMS service provision. Support worker: each Service User is assigned a Support Worker who plays a central role in their recovery. Support Workers complete the assessment process, develop Support Plans and conduct monthly support meetings with Service Users to review progress and adjust support as needed. This includes providing referrals, advocacy and access to services across social, legal, psychological and health domains. Support Workers operate to defined minimum standards to ensure a high quality and consistent level of support across all cases, receive enhanced, trauma-informed training and have access to specialist resources for complex cases. Emphasis is placed on consistency of care, ensuring that Service Users experience reliable and coordinated support across geographical areas. Suppliers shall respond to the needs of staff, ensuring their safety and supporting their overall well-being. Accommodation: Service Users at risk of re-exploitation or destitution can access safe accommodation that meets their needs and level of independence. A range of shared single sex, family and individual units will be available, which must meet minimum standards stipulated in the Authority's requirements and be regularly and well maintained. A transport service safely transports Service Users to the accommodation and on to alternative accommodation when they are required to exit. Most service users will not require accommodation from the service and will receive outreach support. Financial support: Service Users will be paid means-tested financial support payments to meet their essential living needs and recovery needs. A deposit grant and move-in funding is available to help eligible Service Users secure suitable long-term accommodation. Psychological assistance: Service Users are entitled to psychological assistance, including a Mental Health Assessment by a qualified healthcare professional. Should the assessor deem local NHS service wait times do not align to the urgency of the identified need, the Service User would be in scope to receive short-term therapeutic support. This support is documented in a Psychological Support Plan. Referrals are made by Support Workers, and therapy is primarily delivered remotely to increase accessibility. Digital tools and technology: The service includes digital solutions to enhance accessibility and engagement, including streamlined data capture and sharing across the contract, automated translation and interpretation, a victim portal for Service Users to access personal information and track progress, and a resource hub with information on rights, entitlements, and external services. The Supplier will design, maintain, and report on these systems as part of monitoring and evaluation. Partnership working across the supply chain and a range of external support providers and stakeholders such as local authorities, job centres, GPs and asylum support services will ensure Service Users can access longer-term support pathways and transition to independence outside the service. Full details of the Authority's requirements are available by accessing the Home Office Jaggaer site signposted in this notice.

Katy Reed

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete