Section one: Contracting authority
one.1) Name and addresses
Milton Keynes City Council
Civic Office, 1 Saxon Gate East
Milton Keynes
Milton Keynes
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.