Tender

Refugee Resettlement and Integration Support Services

  • Essex County Council

F02: Contract notice

Notice identifier: 2024/S 000-017334

Procurement identifier (OCID): ocds-h6vhtk-046d64

Published 4 June 2024, 4:31pm



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Mr Rizwan Sher

Email

rizwan.sher@essex.gov.uk

Country

United Kingdom

Region code

UKH - East of England

Internet address(es)

Main address

https://www.essex.gov.uk/

Buyer's address

https://www.essex.gov.uk/

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