Tender

Rough Sleeper Housing Support Services Framework

  • Milton Keynes Council

F02: Contract notice

Notice identifier: 2022/S 000-019569

Procurement identifier (OCID): ocds-h6vhtk-035319

Published 18 July 2022, 3:18pm



Section one: Contracting authority

one.1) Name and addresses

Milton Keynes Council

Civic Office, 1 Saxon Gate East

Milton Keynes

MK9 3EJ

Email

procurement@milton-keynes.gov.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main 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

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

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

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

Rough Sleeper Housing Support Services Framework

Reference number

ASC0037

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 Council wishes to procure housing support services for adults aged 18+ years and who have a history of rough sleeping, or who are at risk of rough sleeping To do so the Council proposes to enter into a Framework Agreement (the Framework), whereby the Council may at its sole discretion re-open the Framework at any time during its validity to allow more suppliers to join the framework (under the conditions specified in the ITT) whilst allowing existing providers to continue with their support (see clause 8 Framework Panellists) of the Key Provisions in the Framework Agreement.The Framework is procured under Regulations 74 to 77 of the Public Contracts Regulations 2015 ("Light Touch Regime"). Tenderers are to note, the Authority is under no obligation to award call-offs to those appointed to the Framework. Schedule 6 (Ordering Procedure, Award Criteria and Order Form) of the Framework sets out the processes for award

two.1.5) Estimated total value

Value excluding VAT: £8,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes

two.2.4) Description of the procurement

Suppliers will need apply to be admitted on to the Framework. Suppliers who have met the requirements for being admitted onto the Framework will be invited to submit a tender for any or for all of the three call off contracts.1. Supported Accommodation at Orchard House, Wolverton, Milton Keynes2. Supported Accommodation at Norman Russell House, Crownhill, Milton Keynes3. Floating Support to accommodation within the community (Next Steps), Milton KeynesProviders on the framework will be invited to further call off contract over the lifetime of the framework, according to the service needs and funding ability

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: £8,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of the Framework will be four (4) years from the Commencement Date (as defined in the form of Framework Agreement), with an option to extend for two (2) years; The overall duration of the Framework shall not exceed six (6) years in total.

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

Details available on the tender pack

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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: 12

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

light touch

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

Date

22 August 2022

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


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