Opportunity

Supported Living Services Open Framework - Second Reopening 2024

  • Milton Keynes City Council

F02: Contract notice

Notice reference: 2024/S 000-005555

Published 20 February 2024, 3:53pm



Section one: Contracting authority

one.1) Name and addresses

Milton Keynes City Council

Civic 1 Saxon Gate East

Milton Keynes

MK9 3EJ

Email

procurement@milton-keynes.gov.uk

Country

United Kingdom

NUTS code

UKJ12 - Milton Keynes

Internet address(es)

Main address

https://in-tendhost.co.uk/milton-keynes/aspx/Home

Buyer's address

https://in-tendhost.co.uk/milton-keynes

one.3) Communication

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

https://in-tendhost.co.uk/milton-keynes/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/milton-keynes/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

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

Supported Living Services Open Framework - Second Reopening 2024

Reference number

ASC0033

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Milton Keynes City Council wishes to develop the range and number of supported living opportunities for adults aged 18 years and over, from the following client groups: Learning Disability, Autism Spectrum Disorder Dual Learning Disability and Mental Health Dual Learning Disability and Autism Older People Mental Health Sensory Impairment Physical Disability Acquired Brain Injury We are re-opening the Framework Agreement, as defined in the form of Framework Agreement, to allow new providers to bid for the support services enabling a fresh approach whilst allowing previous providers to continue with their support. Providers who have been successful on the initial Framework won't be required to submit a bid in this round.

two.1.5) Estimated total value

Value excluding VAT: £86,838,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes

two.2.4) Description of the procurement

Milton Keynes City Council wishes to develop the range and number of supported living opportunities for adults aged 18 years and over, from the following client groups: Learning Disability, Autism Spectrum Disorder Dual Learning Disability and Mental Health Dual Learning Disability and Autism Older People Mental Health Sensory Impairment Physical Disability Acquired Brain Injury We are re-opening the Framework Agreement for the second time, as defined in the form of Framework Agreement, to allow new providers to bid for the support services enabling a fresh approach whilst allowing previous providers to continue with their support. Providers who have been successful on the initial Framework won't be required to submit a bid in this round.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £86,838,000

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

Start date

3 January 2022

End date

2 January 2026

This contract is subject to renewal

Yes

Description of renewals

2 year optional extension.Please note this is the second re-opening of the framework so the contract start date is anticipated to be 02/0/2024.

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

Providers will need to be CQC registered with a CQC rating of Good and will need a CQC registered office within 25 miles of Civic Offices (as stated by Google Maps, using postcodes for the search) on or within 6 months of contract award. No placements will be made without CQC registration or a registered office. Newly registered providers, who haven’t yet had a CQC rating for their service, are welcome to bid to join the Framework. However, they will need to undergo a full quality check by the Council’s Quality and Compliance Team and provide two (2) references before they can be admitted onto the Framework.

three.1.2) Economic and financial standing

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 several operators

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

Framework is for 4 years with potential to extend for further 2 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-006802

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

Date

8 April 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

8 April 2024

Local time

12:00pm

Place

remote opening with minimum of 2 employees


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court

Strand

WC2A 2LL

Country

United Kingdom