Section one: Contracting authority
one.1) Name and addresses
Milton Keynes Council
Civic Office, 1 Saxon Gate East
Milton Keynes
MK9 3EJ
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