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