Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Mr Rizwan Sher
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
Buyer's address
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Login
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
Refugee Resettlement and Integration Support Services
Reference number
DN718221
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £4,565,733
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.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.
two.2.5) Award criteria
Quality criterion - Name: Technical response / Weighting: 50
Quality criterion - Name: Social value / Weighting: 20
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 July 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
5 July 2024
Local time
12:00pm
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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The High Court
The Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom