Opportunity

Additional Reception Accommodation for newly arrived UASC

  • Kent County Council

F02: Contract notice

Notice reference: 2023/S 000-007803

Published 17 March 2023, 11:29am



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

County Hall

Maidstone

ME14 1XQ

Contact

Ms Sian Fox

Email

Sian.Fox@kent.gov.uk

Telephone

+44 3000419640

Country

United Kingdom

NUTS code

UKJ4 - Kent

Internet address(es)

Main address

http://www.kent.gov.uk

Buyer's address

http://www.kent.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.kentbusinessportal.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.kentbusinessportal.org.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Additional Reception Accommodation for newly arrived UASC

Reference number

DN650855

two.1.2) Main CPV code

  • 85311300 - Welfare services for children and young people

two.1.3) Type of contract

Services

two.1.4) Short description

Kent County Council (the Council) is the largest county council in England covering an area

of 3,500 square kilometres with a population of approx. 1.6m. KCC spends in excess of £1

billion annually on works, goods, and services for the benefit of the communities and citizens

of Kent. The Council provides a wide range of personal and strategic services on behalf of its

residents, operating in partnership with 12 district councils.

The Council’s Services for Unaccompanied Asylum-Seeking Children (SUASC) has a

statutory responsibility for Unaccompanied Asylum-Seeking Children (UASC) under the

Children Act 1989 and seeks to develop additional reception accommodation for newly

arrived UASC, to provide humanitarian accommodation, assess their needs, including age,

and prepare those assessed as under 18 for living in the community. Having identified

facilities makes the risk assessment more robust and supports the Governments Prevent

agenda.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ44 - East Kent
  • UKJ45 - Mid Kent

two.2.4) Description of the procurement

Service Requirements

The services required to fulfill the offer of a Reception Centre is made up of:

• Accommodation for UASC males; must be single bedrooms with en-suite bathrooms with

some shared facilities i.e., kitchen and dining facilities and shared lounges.

• Accommodation for staff such as offices, meeting rooms and communal areas to deliver the

independence skills required, various assessments and administrative functions.

• Housing support from the landlord including furniture, safety equipment such as CCTV and

concierge services.

• Support staff/Social Worker support.

Ideally, the Reception Centre must be able to flex to an increasing need, potentially by

having bedrooms and communal space of a size to fit more than one single male in one room.

Physical Accommodation Requirements

• A single building or grouped buildings on the same site of between 80-120 units. We will

NOT be interested in small properties dispersed across the county.

• The building/grouped buildings must have the correct planning permission in place to be

able to deliver this service to this specific cohort.

• A location within the geographical boundary of the East Kent or South Kent.

• Set in a discrete location to have minimal impact on the local community.

• Catering facility able to accommodate the number of occupants.

• Only male aged 16-17 occupancy.

• Minimum capacity of 80 placements, ideally up to 120 placements.

• Communal areas are available for socialising, lessons, and briefings.

• Low maintenance costs.

• Easy to repair given propensity for damage.

• Space for office accommodation for the SUASC Operational Team (22 staff).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 October 2027

This contract is subject to renewal

Yes

Description of renewals

The contract renewal will be for a further period of 48 months, based on four annual extensions (i.e. 12 months, plus 12 months, plus 12 months, plus 12 months).

The renewal of the service will be subject to a review of KCC's requirements at the end of the contract, which may necessitate an increase or reduction in capacity.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-000823

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 May 2023

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

17 May 2023

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The procurement is conducted under the Open Procedure. However, it is expected that the Selection Questionnaire and ITT documents will be issued to Tenderers on 18 April 2023.

The anticipated Start Date of the Contract is 1 November 2023. However, where the successful Supplier is in position to mobilise the service before this date, the Council's will consider bringing forward the Start date of the Contract.

six.4) Procedures for review

six.4.1) Review body

Kent County Council

County Hall

Maidstone

ME14 1XQ

Country

United Kingdom