Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
UK
Contact person: Mr Rizwan Sher
E-mail: rizwan.sher@essex.gov.uk
NUTS: UKH
Internet address(es)
Main address: https://www.essex.gov.uk/
Address of the buyer profile: https://www.essex.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Login
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
Refugee Resettlement and Integration Support Services
Reference number: DN718221
II.1.2) Main CPV code
85300000
II.1.3) Type of contract
Services
II.1.4) Short description
Essex County Council is seeking a delivery partner to provide resettlement and future integration support to refugee beneficiaries and facilitate the delivery of specific and specialist services as required. The provider should be able to provide both accommodation and caseworker support across the Essex programme stages under HM Government's refugee resettlement schemes, for the remaining years of current schemes and any future resettlement policies implemented by HM Government. This includes the current beneficiaries who are still living in Essex under the Afghan Citizens Resettlement Scheme and Afghan Relocation and Assistance Policy (ACRS/ARAP), the U.K. Resettlement Scheme (UKRS), and any future HM Government refugee resettlement schemes set up during the lifetime of the framework agreement.
Resettlement and integration support from a dedicated provider is required that promotes independence and enables beneficiaries to move towards self-sufficiency through a flexible delivery model that can operate across the whole of the Essex County Council administrative area and meets the delivery outcomes as detailed in the specification.
II.1.5) Estimated total value
Value excluding VAT:
4 565 733.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85300000
II.2.3) Place of performance
NUTS code:
UKH
II.2.4) Description of the procurement
Essex County Council is seeking a delivery partner to provide resettlement and future integration support to refugee beneficiaries and facilitate the delivery of specific and specialist services as required. The provider should be able to provide both accommodation and caseworker support across the Essex programme stages under HM Government's refugee resettlement schemes, for the remaining years of current schemes and any future resettlement policies implemented by HM Government. This includes the current beneficiaries who are still living in Essex under the Afghan Citizens Resettlement Scheme and Afghan Relocation and Assistance Policy (ACRS/ARAP), the U.K. Resettlement Scheme (UKRS), and any future HM Government refugee resettlement schemes set up during the lifetime of the framework agreement.
Resettlement and integration support from a dedicated provider is required that promotes independence and enables beneficiaries to move towards self-sufficiency through a flexible delivery model that can operate across the whole of the Essex County Council administrative area and meets the delivery outcomes as detailed in the specification.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical response
/ Weighting: 50
Quality criterion: Social value
/ Weighting: 20
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As detailed within the tender documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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
The procurement involves the establishment of a framework agreement with a single operator.
Justification for any framework agreement duration exceeding 4 years:
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/07/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
05/07/2024
Local time: 12:00
Place:
Electronically via ProContract
Information about authorised persons and opening procedure:
The commercial officer will conduct the opening process via the functionality within the Council's e-sourcing portal, ProContract. No postal responses or any submissions which are issued outside the electronic portal will be accepted.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
The High Court
The Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
04/06/2024