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
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
Milton Keynes City Council Mental Health Pathway Framework
Reference number: 2024-264
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Milton Keynes City Council (MKCC) is establishing a Mental Health Pathway Framework and will be admitting suppliers with experience in providing mental health supported accommodation, floating support, and community support to ensure delivery of Mental Health Services within Milton Keynes.This procurement is being run via Open FTS under the Light Touch Regime to establish a framework which will be split into 2 lots. • Lot 1: Mental Health Supported Accommodation• Lot 2: Mental Health Community SupportBidders can bid for one or both lots, however Lot 1 will have a maximum of 4 bidders appointed and Lot 2 will have a maximum of 3 Bidders appointed. Bidders scoring the highest quality scores for each lot will be appointed to the lot up to the maximum number of bidders for the lot.The Framework seeks to provide people with mental health needs with time limited support to enable them to enable them to live more independently in the community and support their recovery journey.
II.1.5) Estimated total value
Value excluding VAT:
15 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Mental Health Supported Accommodation
II.2.2) Additional CPV code(s)
85000000
85310000
85311000
85300000
II.2.3) Place of performance
NUTS code:
UKJ12
Main site or place of performance:
II.2.4) Description of the procurement
Milton Keynes City Council (MKCC) wishes to provide Mental Health supported accommodation for adults aged 18 years and over, from the following client groups: • Mental Health • Mental Health with additional needs • Mental Health and Substance Misuse The Mental Health Pathway is a core element of MKCC’s social care provision. The services are required to meet the needs of Milton Keynes residents assessed as eligible for these services and who require a range of support to assist with practicalities of day to day living as they move towards recovery, and to maintain recovery. The support commissioned will be based on assessed need and will potentially be different for everyone. The overall aim of the Mental Health Pathway is to support people towards recovery and maintain independent living. Deliver a person centred, strengths based, personalised approach with a range of different support available according to the person’s needs. Provide flexible support that encourages independence and is respectful of choice and autonomy Develop support plans with people which identify individual outcomes to promote the individual’s overall health and welfare Support people to engage or re-engage in appropriate and supportive relationships with friends and family. Enable people to engage with their local community to enhance self-esteem and establish positive supportive social networks. Ensure the individual’s rights are respected be ensuring access to advocacy services where required. Support people’s individual employment and training aspirations and where appropriate, work with employment support services to help people gain, or move towards, paid employment and/or learning. Use innovative approaches to engage with people The Provider will be responsible for the effective management and delivery of services including maintaining the necessary staffing, resources, and support to undertake the work outlined. This will include: Local management at a level which meets the needs of the service throughout the term of the contract Ensuring that all staff recruited have the skills, experience, and aptitude suitable to the level of post and duties required A supervision system that promotes good performance through supporting and developing staff. This will include clinical supervision and reflective practice to support staff mentally and emotionally. Implementing a training programme, including refresher training where required, that enables staff to meet the needs of clients. The Provider will be responsible for any costs incurred in the training of staff relating to the delivery of the contract. Ensuring that full documentation is kept of all training undertaken on an individual staff member basis The effective operation of financial and administrative aspects of the service Lot 1 will have a maximum of 4 bidders appointed. Bidders scoring the highest quality scores for each lot will be appointed to the lot up to the maximum number of bidders for the lot.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
Lot No: 2
II.2.1) Title
Mental Health Community Support
II.2.2) Additional CPV code(s)
85000000
85310000
85312000
85300000
II.2.3) Place of performance
NUTS code:
UKJ12
Main site or place of performance:
II.2.4) Description of the procurement
Milton Keynes City Council (MKCC) wishes to commission community support services for adults aged 18 years and over, with mental health needs. People may have a range of additional needs including autism and substance misuse.The Mental Health Pathway is a core element of MKCC’s mental health provision. Services are required to meet the needs of Milton Keynes residents who require a range of support to assist with practicalities of day-to-day living as they move towards recovery, and to maintain recovery. Support will be provided on based on individual strengths and assets and will enable people to live well in the community. Providers will demonstrate and deliver a progressive model of support, which achieves and maintains value for money, and which can meet the outcomes and support needs of our clients whilst promoting independence as they move towards or maintain recovery. The overall aim of the Mental Health Pathway is to support people towards recovery and maintain independent living. Deliver a person centred, strengths based, personalised approach with a range of different support available according to the person’s needs. Provide flexible support that encourages independence and is respectful of choice and autonomy Develop support plans with people which identify individual outcomes to promote the individual’s overall health and welfare Support people to engage or re-engage in appropriate and supportive relationships with friends and family. Enable people to engage with their local community to enhance self-esteem and establish positive supportive social networks. Ensure the individual’s rights are respected be ensuring access to advocacy services where required. Support people’s individual employment and training aspirations and where appropriate, work with employment support services to help people gain, or move towards, paid employment and/or learning. Use innovative approaches to engage with people Encourage a culture of respect, ownership and understanding towards all parties – to include clients and staff. The Provider will: Promote equality, inclusion and operate non-discriminatory practices Promote empowerment, enabling clients to make decisions about the service they receive Ensure staff demonstrate empathy and unconditional positive regard towards the clientAdvise on how to create a safe environment to live inAcknowledge and respect a person’s gender, sexuality, age, marital status, racial origin. religion and disabilities Work with clients to ensure they have a say in all aspects of their support Provide a responsive, person-centred approach supporting people to meet their specified outcomes and collaborate with other agencies to achieve this Utilise a trauma informed approach to care and support, understanding the person's life experiences in order to support them effectively. Ensure support is based on people’s strengths, goals and aspirations Ensure that clients’ needs, and best interests are at the heart of the service Ensure an active engagement approach is used Proactively provide employment opportunities for people with disabilities, including people with mental health needs. Work collaboratively and actively engage with all stakeholders to ensure a commitment to good quality service provision, continuous improvement and market development.Lot 2 will have a maximum of 3bidders appointed. Bidders scoring the highest quality scores for each lot will be appointed to the lot up to the maximum number of bidders for the lot.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
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 the 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
III.2.2) Contract performance conditions
As stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 7
Justification for any framework agreement duration exceeding 4 years: N/A
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-003987
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
10/02/2025
Local time: 12:00
Place:
Milton Keynes City Council - Remote Opening via In-Tend
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information
This procurement is being run via Open FTS under the Light Touch Regime to establish a framework which will be split into 2 lots.
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
10/01/2025