Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Milton Keynes City Council Supported Living Services Framework 2025-2029

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e6c5
Published by:
Milton Keynes City Council
Authority ID:
AA83174
Publication date:
26 March 2025
Deadline date:
31 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Milton Keynes City Council (MKCC) is establishing a Supported Living Services Framework and will be admitting suppliers with experience in providing Supported Living Services to ensure delivery of Supported Living 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 4 lots. • Lot 1: Supported Living for People with Learning Disability• Lot 2: Supported Living for People with Mental Health Needs• Lot 3: Supported Living for People with Autism• Lot 4: Supported Living for People with Other Support NeedsProviders can apply for a maximum of three (3) lots in total. This can be made up from one of either lot 1 or lot 2 and both of lots 3 and 4. An example of this would be, providers are able to bid for lots 1, 3 and 4 or lots 2, 3 and 4 but cannot bid for lots 1, 2 and 3. or 1, 2 and 4. Please see the lot combination table within section 1.4 of the ITT.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Milton Keynes City Council

Civic Office, 1 Saxon Gate East

Milton Keynes

Milton Keynes

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 Supported Living Services Framework 2025-2029

Reference number: 2024-251

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 Supported Living Services Framework and will be admitting suppliers with experience in providing Supported Living Services to ensure delivery of Supported Living 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 4 lots. • Lot 1: Supported Living for People with Learning Disability• Lot 2: Supported Living for People with Mental Health Needs• Lot 3: Supported Living for People with Autism• Lot 4: Supported Living for People with Other Support NeedsProviders can apply for a maximum of three (3) lots in total. This can be made up from one of either lot 1 or lot 2 and both of lots 3 and 4. An example of this would be, providers are able to bid for lots 1, 3 and 4 or lots 2, 3 and 4 but cannot bid for lots 1, 2 and 3. or 1, 2 and 4. Please see the lot combination table within section 1.4 of the ITT.

II.1.5) Estimated total value

Value excluding VAT: 99 900 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

Supported Living for People with Learning Disability

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

This lot is for the provision of Supported Living services for adults with with moderate, severe or profound learning disabilities, and adults with learning disabilities and enduring mental health needs and/or chaotic lifestyles.Supported Living services for adults with moderate, severe or profound learning disabilities - who have additional needs arising from multiple disabilities which may include complex health needs, autism, long term health conditions, behaviours that challenge, physical disabilities or mental health needs. Supported Living services for adults with learning disabilities and enduring mental health needs and/or chaotic lifestyles - who have significant additional needs arising from either an enduring mental health condition, personality disorder, autistic spectrum disorder substance misuse and/or chaotic lifestyle. Some individuals may have forensic history and engage in behaviour which puts themselves and/or others at risk.Lot 1 will have a maximum of 10 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

Supported Living for People with Mental Health Needs

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

This lot is for Supported Living services for adults with significant and enduring Mental Health needs including diagnoses of schizophrenia, bipolar disorder, personality disorder and enduring anxiety and depressive disorders who require support to maintain their independence. Individuals may have forensic histories, substance misuse and/ or chaotic lifestyles.Lot 2 will have a maximum of 10 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: 3

II.2.1) Title

Supported Living for People with Autism

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

This Lot is for Supported Living services for adults with autistic spectrum conditions - who have needs arising from either a diagnosed Autistic Spectrum condition, autistic tendencies or who present with behaviours that challenge which require a skilled response. It may also include people with Asperger's Syndrome and High Functioning Autism.Lot 3 will have a maximum of 10 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: 4

II.2.1) Title

Supported Living for People with Other Support Needs

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

This lot will host any other support needs including but not limited to:Supported Living services for Adults with Physical Disabilities with complex needs. Services offered in this area will be for adults between the ages of 18 and 64 with a long-term physical impairment or illness including:• People born with a physical disability, for example people with spina bifida, muscular dystrophy, cerebral palsy or sensory impairment.• People who suddenly acquire a trauma-based disability, for example spinal injury or acquired brain injury.• People who acquire a disability from a long-term condition, for example multiple sclerosis or COPD• People who have a moderate or severe sensory impairment • And additional complex needs arising from multiple conditions including mental health issues or challenging behaviour.Supported Living services for individuals with an acquired brain injury which is defined by WHO as "Damage to the brain, which occurs after birth and is not related to a congenital or a degenerative disease. These impairments may be temporary or permanent and cause partial or functional disability or psychosocial maladjustment"Lot 4 will have a maximum of 10 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

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: 40

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 31/03/2025

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: 31/03/2025

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: Yes

Estimated timing for further notices to be published:

2029

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 4 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

21/02/2025

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
85300000 Social work and related services Health and social work services
85310000 Social work services Social work and related services
85311000 Social work services with accommodation Social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
corporateprocurement@milton-keynes.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.