Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Lorna Venters
Country
United Kingdom
Region code
UKH3 - Essex
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/Advert/Index?advertId=ef391e5e-fc18-ee11-8123-005056b64545
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/Advert/Index?advertId=ef391e5e-fc18-ee11-8123-005056b64545
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
Multiple and Complex Needs Service
Reference number
DN664928
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Essex County Council ("the Council") is seeking to commission a Multiple and Complex Needs Service to support individuals who are ordinarily resident within the administrative boundaries of Essex (excluding the unitary authority areas of Thurrock and Southend-on-Sea). This procurement will ensure the continuation of the current Offenders with Additional and Complex Needs Service (OCAN) which is due to expire on 31st March 2024.
Further details regarding the Council’s requirements within the service specification which will be published on the Council’s e-tendering portal, ProContract and can be accessed via:
https://procontract.due-north.com. Please register for a user account to gain access to the procurement documentation for this opportunity.
two.1.5) Estimated total value
Value excluding VAT: £17,100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
The current Offenders with Additional and Complex Needs Service has continued to evolve and has broadened to encompass therapeutic, holistic, wrap around intensive support which helps to stabilise and support individuals with multiple and complex needs. A key requirement of the Multiple and Complex Needs Service is first class relationship building with key local partners, ensuring multi and interagency collaboration with specialist treatment services and other partner providers.
Please note that the estimated contract value of £17,100,000 is over the course of a maximum 9 -year duration of the service. The maximum available budget is capped at £1,900,000 per annum.
Further details of the Council's requirements can be found within the service specification for this procurement on the Council's e-sourcing portal, ProContract as detailed in section 1.3 of this notice above.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Questions / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £17,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
This service will be commissioned under an initial five (5) year term with the option to extend for a period totalling no more than 48 months, i.e 4 years (2+2), at the Council's sole discretion; thereby resulting in a maximum possible contract duration of nine (9) years.
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.1.8) 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 000-015770
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 September 2023
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
15 September 2023
Local time
12:15pm
Place
Via ProContract
Information about authorised persons and opening procedure
Electronic process — 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.3) Additional information
The Council envisages that this procurement will be published on ProContract the week commencing Monday 10th July 2023. However, the Council reserves the right to postpone the publication in order to ensure suitable assurance that the tender documents are fit for purpose. Once the procurement is published a corresponding advertisement will be available via ProContract to enable prospective bidders to access, view and respond to this opportunity.
To submit an effective expression of interest in this opportunity, bidders must use the functionality within ProContract when the Invitation To Tender (ITT) is open.
six.4) Procedures for review
six.4.1) Review body
The High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom