Tender

Voluntary and Community Sector Infrastructure

  • Essex County Council

F02: Contract notice

Notice identifier: 2023/S 000-028024

Procurement identifier (OCID): ocds-h6vhtk-03d6e9

Published 22 September 2023, 11:54am



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Ms Lorna Baker

Email

lorna.baker@essex.gov.uk

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

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

Buyer's address

https://procontract.due-north.com/

one.3) Communication

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

https://procontract.due-north.com/

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/

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

Voluntary and Community Sector Infrastructure

Reference number

DN685726

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The Voluntary and Community Sector (VCS) is material to the social fabric of communities. Encouraging social inclusion and contributing to community cohesion and health outcomes for residents, by galvanising community action and developing resilience in communities. Engaged communities are our most powerful agents of change for the creation of a thriving Essex for the benefit of residents.

Essex County Council (ECC) is committed to investment into the infrastructure that supports the VCS. This support aims to create the conditions for communities to thrive by building capacity and resilience within the VCS, supporting community volunteering, facilitating collaboration and partnership working, and advocating for the VCS within the wider system.

ECC is seeking to procure a collaborative, transformational and flexible VCS infrastructure offer, that delivers capacity building and system working support, identified as important by the VCS and Statutory Partners. An offer that brings together the skills and expertise to deliver the organisation’s ambitions for Essex communities, for the benefit of residents.

two.1.5) Estimated total value

Value excluding VAT: £5,245,975.70

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 Voluntary and Community Sector (VCS) is material to the social fabric of communities. Encouraging social inclusion and contributing to community cohesion and health outcomes for residents, by galvanising community action and developing resilience in communities. Engaged communities are our most powerful agents of change for the creation of a thriving Essex for the benefit of residents.

Essex County Council (ECC) is committed to investment into the infrastructure that supports the VCS. This support aims to create the conditions for communities to thrive by building capacity and resilience within the VCS, supporting community volunteering, facilitating collaboration and partnership working, and advocating for the VCS within the wider system.

ECC is seeking to procure a collaborative, transformational and flexible VCS infrastructure offer, that delivers capacity building and system working support, identified as important by the VCS and Statutory Partners. An offer that brings together the skills and expertise to deliver the organisation’s ambitions for Essex communities, for the benefit of residents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £5,245,975.70

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

Bidders are advised that this service will be commissioned under an initial five (5) year term with the option to extend for a further two (2) years at the Council’s discretion; thereby resulting in a maximum possible contract duration of seven (7) 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

two.2.14) Additional information

The value given in the contract notice for the five-year contract period must not exceed £3,258,370. There is scope for potential additional investment from system partners of up to 15% which equates to £488,755.50 which totals £3,747,125.50.

In addition for the two year contract extension (based on the assumption on the same level of funding subject to governance) this equates to £1,303,348 over the two years there is also scope for additional investment from system partners of up 15% which equates to £195,502.20 which totals £1,498,850,20.

Any requirements for variations would be dealt with as a contract variation under the terms of the contract. Therefore for absolute clarity the stated estimated contract value of £5,245,975.70 reflects the maximum contractual value including the options to extend and the additional financial scope.

For the avoidance of any further doubt, this contractual value is based on an annual value of up to £651,674 for the five-year contract period.


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-017148

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

Date

6 November 2023

Local time

9:00am

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

6 November 2023

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom