The Provision of Specialist advice and support for asylum seekers and refugees

Complete

Value

£250,000

Classifications

  • Social work and related services
  • Equal opportunities consultancy services
  • Membership organisation services
  • Other services
  • Physical well-being services

Tags

  • tender

Submission Deadline

9 months ago

Published

10 months ago

Description

Cambridge City Council supports the resettlement of displaced people who have travelled to the UK on various routes. As a Council, we recognise that world events can quickly influence what is required of a service for asylum seekers and refugees. Therefore, it is important that any service is flexible to these needs and has an existing understanding of different customs and cultures, as well as a passion to work in this field.
The people who require advice, information and support in Cambridge are likely to be on one of the visa routes listed below, however this list is not exhaustive and is likely to change overtime:
•	Afghan Citizens Resettlement Scheme (ACRS) and Afghan Relocations and Assistant Policy (ARAP) – soon to be replaced by the Afghan Resettlement Programme (ARP)
•	UK Resettlement Scheme (UKRS)
•	Homes for Ukraine (HfU) and Ukraine Permission Extension (UPE)
•	Syrian Vulnerable Persons Resettlement Scheme (VPRS) and Vulnerable Children’s Resettlement Scheme (VCRS)
•	Post-decision refugees – who have been granted refugee status or humanitarian protection and are no longer subject to immigration control
•	British National (Overseas) visa holders
•	Unaccompanied Asylum Seeking Children (UASC)
•	Any family reunification schemes
As a service you must provide specialist advice, information, and support as required to asylum seekers and refugees. This will include the below and full details are provided within the specification:
•	Specialist advice, information, and support to asylum seekers and refugees
•	Act as a point of contact for community groups, charities, and other agencies for the latest information and issues facing asylum seekers and refugees
•	Advocate for the rights of asylum seekers and refugees
•	Host and engage with relevant networking opportunities and events
•	Organise and promote cultural activities within the city
•	Have an office space in Cambridge city that clients can attend in-person
•	Provide interpreting services as required for one-to-one work clients as well as any promotional materials
•	Offer OISC-accredited immigration advice and support with immigration applications, such as assisting with Home Office applications
•	Hold local knowledge on the challenges and opportunities facing residents in Cambridge – working to overcome challenges and seize opportunities.
•	Understand and work to tackle institutional discrimination through promoting anti-racist practice
•	Awareness of the impacts of crime and how to support victims of crime, such as domestic abuse, hate crime, and modern slavery
•	Budgeting and financial advice, including welfare benefits
•	Employability rights and volunteering opportunities
•	Housing options and advice
•	Household support, such as furniture, food, and energy poverty
•	Hold an exemplary reputation in the community with the ability to allay any misinformation or community tension, having the ability to bring community groups together safely to resolve disputes and promote cohesion
•	Health awareness
•	Trauma-informed approach to wellbeing services
•	Awareness of ESOL opportunities

Similar Contracts

Open

Flexible Light Touch Framework Agreement for Support Worker / Navigator Services

Birmingham City Council (the "Council") wishes to establish a Light Touch Open Framework (LTOF) for the provision of Support Worker/Navigator Services. The framework will be available to the Birmingham Children’s Trust (BCT). The scope of the procurement is to establish a framework agreement with a range of providers to deliver support worker/navigator services for Birmingham citizens with multiple disadvantages; for more information see the framework specification document reference 003 P3358 Service Specification. The services will provide a person-centred approach to support and advice in relation to self-management within the systems and services provided. This includes, but is not restricted to, housing, recovery from homelessness (or risk of) and any associated support needs, recovery from substance misuse, trauma-informed support and health care advice and interventions. Some citizens may be rough sleeping, are at risk of rough sleeping or being made homeless. The framework will commence on 1st April 2026 and will be in place for a period of 6 years with the opportunity to extend for a further 2 years plus 2 years subject to funding and satisfactory performance. The scale and scope of this framework will be reviewed and potentially expanded at various stages during the term of the agreement. Contracts called-off from the framework may extend beyond the expiry date of the framework. The Procurement Process to appoint organisations to the Light Touch Open Framework will be conducted in accordance with the Procurement Act 2023 as permitted by Section 9 and Schedule 1. This procedure allows for a more flexible approach to the procurement of certain social and health services to undertake a bespoke procurement process that considers elements of the Open Procedure, Framework and Open Framework procedures. The framework may reopen at various intervals linked to commissioning requirements, funding cycles and extension periods. This will enable commissioners to update the framework as necessary to respond to funding and market developments for the duration of the framework. The LTOF has been divided into the following Lots. • Lot 1: Young People aged 16-24 years • Lot 2: Adults Singles & Couples aged 25 years and over • Lot 3: Female Only aged 18 years plus Tenderers may bid for one or more or all Lots and all tenderers who meet the minimum quality criteria will be appointed to the framework. Where new Lots are introduced onto the LTOF, provision will be made for those providers that have demonstrated appropriate capability to be awarded to the LTOF to transfer to other Lots as appropriate; subject to meeting any additional criteria. This will provide efficiencies in both reduced bidding and evaluation time. This principle will be applied to new and refreshed Lots where appropriate. There are two procedures the Council can utilise to award Call-Off Contracts for the services required, Call Off With Competition or Call Off Without Competition. Additional commissioning requirements may be added during the term of the LTOF. The following services and values been identified as potential additions: - Support for people who have multiple disadvantages - Support for people with disabilities - Support for survivors of domestic abuse - Support for people requiring recovery activities - Support for families - Market development for micro companies - A specific lot for support for families There may be additional requirements. Any increase in value will be subject to the Council’s governance arrangements, market engagement and, where appropriate the re-opening of the LTOF. This may result in additional Lots being added to the LTOF.

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

Organisation

Mr Jonathan Loneza

[email protected]

+44 1223457107

Timeline complete