Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Milton Keynes City Council
Civic Office, 1 Saxon Gate East
Milton Keynes
MK9 3EJ
UK
Telephone: +44 1908691691
E-mail: corporateprocurement@milton-keynes.gov.uk
NUTS: UKJ12
Internet address(es)
Main address: https://in-tendhost.co.uk/milton-keynes/aspx/Home
Address of the buyer profile: https://www.milton-keynes.gov.uk
I.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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Residential Children's Home Service
Reference number: 2024-199
II.1.2) Main CPV code
85311300
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT:
7 900 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85311300
85000000
85310000
II.2.3) Place of performance
NUTS code:
UKJ12
Main site or place of performance:
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
7 900 000.00
GBP
II.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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/01/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
10/01/2025
Local time: 12:00
Place:
Milton Keynes City Council
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2029
VI.2) Information about electronic workflows
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court Royal Court of Justice
London
WC24 2LL
UK
VI.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.
VI.5) Date of dispatch of this notice
05/12/2024