Tender

Milton Keynes City Council Supported Living Services Framework 2025-2029

  • Milton Keynes City Council

F02: Contract notice

Notice identifier: 2025/S 000-006809

Procurement identifier (OCID): ocds-h6vhtk-04e6c5

Published 21 February 2025, 2:18pm



The closing date and time has been changed to:

8 April 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Milton Keynes City Council

Civic Office, 1 Saxon Gate East

Milton Keynes

Milton Keynes

Email

corporateprocurement@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://www.milton-keynes.gov.uk

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 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

Milton Keynes City Council Supported Living Services Framework 2025-2029

Reference number

2024-251

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 (MKCC) is establishing a Supported Living Services Framework and will be admitting suppliers with experience in providing Supported Living Services to ensure delivery of Supported Living services within Milton Keynes.This procurement is being run via Open FTS under the Light Touch Regime to establish a framework which will be split into 4 lots. • Lot 1: Supported Living for People with Learning Disability• Lot 2: Supported Living for People with Mental Health Needs• Lot 3: Supported Living for People with Autism• Lot 4: Supported Living for People with Other Support NeedsProviders can apply for a maximum of three (3) lots in total. This can be made up from one of either lot 1 or lot 2 and both of lots 3 and 4. An example of this would be, providers are able to bid for lots 1, 3 and 4 or lots 2, 3 and 4 but cannot bid for lots 1, 2 and 3. or 1, 2 and 4. Please see the lot combination table within section 1.4 of the ITT.

two.1.5) Estimated total value

Value excluding VAT: £99,900,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Supported Living for People with Learning Disability

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85310000 - Social work services
  • 85311000 - Social work services with accommodation
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes

two.2.4) Description of the procurement

This lot is for the provision of Supported Living services for adults with with moderate, severe or profound learning disabilities, and adults with learning disabilities and enduring mental health needs and/or chaotic lifestyles.Supported Living services for adults with moderate, severe or profound learning disabilities - who have additional needs arising from multiple disabilities which may include complex health needs, autism, long term health conditions, behaviours that challenge, physical disabilities or mental health needs. Supported Living services for adults with learning disabilities and enduring mental health needs and/or chaotic lifestyles - who have significant additional needs arising from either an enduring mental health condition, personality disorder, autistic spectrum disorder substance misuse and/or chaotic lifestyle. Some individuals may have forensic history and engage in behaviour which puts themselves and/or others at risk.Lot 1 will have a maximum of 10 bidders appointed. Bidders scoring the highest quality scores for each lot will be appointed to the lot up to the maximum number of bidders for the lot.

two.2.5) Award criteria

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

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

two.2) Description

two.2.1) Title

Supported Living for People with Mental Health Needs

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85310000 - Social work services
  • 85311000 - Social work services with accommodation
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes

two.2.4) Description of the procurement

This lot is for Supported Living services for adults with significant and enduring Mental Health needs including diagnoses of schizophrenia, bipolar disorder, personality disorder and enduring anxiety and depressive disorders who require support to maintain their independence. Individuals may have forensic histories, substance misuse and/ or chaotic lifestyles.Lot 2 will have a maximum of 10 bidders appointed. Bidders scoring the highest quality scores for each lot will be appointed to the lot up to the maximum number of bidders for the lot.

two.2.5) Award criteria

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

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

two.2) Description

two.2.1) Title

Supported Living for People with Autism

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85310000 - Social work services
  • 85311000 - Social work services with accommodation
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes

two.2.4) Description of the procurement

This Lot is for Supported Living services for adults with autistic spectrum conditions - who have needs arising from either a diagnosed Autistic Spectrum condition, autistic tendencies or who present with behaviours that challenge which require a skilled response. It may also include people with Asperger's Syndrome and High Functioning Autism.Lot 3 will have a maximum of 10 bidders appointed. Bidders scoring the highest quality scores for each lot will be appointed to the lot up to the maximum number of bidders for the lot.

two.2.5) Award criteria

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

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

two.2) Description

two.2.1) Title

Supported Living for People with Other Support Needs

Lot No

4

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85310000 - Social work services
  • 85311000 - Social work services with accommodation
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes

two.2.4) Description of the procurement

This lot will host any other support needs including but not limited to:Supported Living services for Adults with Physical Disabilities with complex needs. Services offered in this area will be for adults between the ages of 18 and 64 with a long-term physical impairment or illness including:• People born with a physical disability, for example people with spina bifida, muscular dystrophy, cerebral palsy or sensory impairment.• People who suddenly acquire a trauma-based disability, for example spinal injury or acquired brain injury.• People who acquire a disability from a long-term condition, for example multiple sclerosis or COPD• People who have a moderate or severe sensory impairment • And additional complex needs arising from multiple conditions including mental health issues or challenging behaviour.Supported Living services for individuals with an acquired brain injury which is defined by WHO as "Damage to the brain, which occurs after birth and is not related to a congenital or a degenerative disease. These impairments may be temporary or permanent and cause partial or functional disability or psychosocial maladjustment"Lot 4 will have a maximum of 10 bidders appointed. Bidders scoring the highest quality scores for each lot will be appointed to the lot up to the maximum number of bidders for the lot.

two.2.5) Award criteria

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

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 stated in the procurement 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

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

Envisaged maximum number of participants to the framework agreement: 40

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

N/A

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

Originally published as:

Date

31 March 2025

Local time

12:00pm

Changed to:

Date

8 April 2025

Local time

12:00pm

See the change notice.

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

31 March 2025

Local time

12:00pm

Place

Milton Keynes City Council - Remote Opening via In-Tend


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2029

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

This procurement is being run via Open FTS under the Light Touch Regime to establish a framework which will be split into 4 lots.

six.4) Procedures for review

six.4.1) Review body

High Court Royal Court of Justice

London

WC24 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. Applicants may seek further clarification from the Contracting Authority following receipt of this information and the Contracting Authority will provide further clarification as appropriate. If any clarification regarding the award of the Contract has not been successfully resolved, an Applicant can consider its option under the Public Contracts Regulations 2015. Applicants would need to obtain their own legal advice.