Tender

Residential Children's Home Service

  • Milton Keynes City Council

F02: Contract notice

Notice identifier: 2024/S 000-039257

Procurement identifier (OCID): ocds-h6vhtk-04c29a

Published 5 December 2024, 2:32pm



The closing date and time has been changed to:

17 January 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

MK9 3EJ

Email

corporateprocurement@milton-keynes.gov.uk

Telephone

+44 1908691691

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

Residential Children's Home Service

Reference number

2024-199

two.1.2) Main CPV code

  • 85311300 - Welfare services for children and young people

two.1.3) Type of contract

Services

two.1.4) Short description

Milton Keynes City Council (the Council) requires provision of Residential Children's Home Service. The contract is to commission an external provider to operate a residential children’s home, utilising the Council’s property. It will be Ofsted-registered Children’s Home offering care for up to 2 Young People with complex needs. The procurement is being run under Light Touch Regime. Intended mainly for planned medium-term placements (3 to 12 months) to bring children back into area, offer stability and focused work to enable move-on to mainstream residential, foster care, SA or home.

two.1.5) Estimated total value

Value excluding VAT: £7,900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85311300 - Welfare services for children and young people
  • 85000000 - Health and social work services
  • 85310000 - Social work services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes

two.2.4) Description of the procurement

The Council wish to commission a suitably qualified and experienced Provider of children’s residential care to operate an Ofsted-registered 2-bed therapeutic children’s home utilising one of the Council’s own properties, for Children and Young People aged 9-18 with complex emotional and behavioural needs.These needs may include, but are not limited to, trauma, attachment, offending including gang affiliation and weapon use, mental health including hospital step down, neurodevelopment (Attention Deficit Hyperactivity Disorder ADHD and or Autism Spectrum Disorder ASD), substance use and child sexual/criminal exploitation presenting high levels of risk. This is a block Contract, to be let for three (3) years from the agreed service commencement date, with the option to extend subject to review for up to a further two (2) years on a year by year basis.This comprises of core contract costs of £712K p/a, based on a standard 1-1 staffing ratio. However, additional staffing up to a 3-1 ratio may be required at times throughout the duration of the contract, in which case a total envelope of up to £1.58 million p/a is permissible.

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: £7,900,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

An option to extend subject to review for up to a further two (2) years on a year by year basis

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.2.14) Additional information

The maximum contract value for the whole term of the contract including extensions will be £7,900,000. This comprises of core contract costs of £712K p/a, based on a standard 1-1 staffing ratio. However, additional staffing up to a 3-1 ratio may be required at times throughout the duration of the contract, in which case a total envelope of up to £1.58 million p/a is permissible.


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 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

10 January 2025

Local time

12:00pm

Changed to:

Date

17 January 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.2.7) Conditions for opening of tenders

Date

10 January 2025

Local time

12:00pm

Place

Milton Keynes City Council


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.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.