Back to tenders & grants page
United Kingdom-Milton Keynes: Health and social work services Pharmaceutical & Medical United Kingdom-Milton Keynes: Health and social work services
Receive Tenders like this by email

United Kingdom-Milton Keynes: Health and social work services

Milton Keynes County Council has announced on 02 Nov 2020 that is accepting bids for the following project: United Kingdom-Milton Keynes: Health and social work services.

The tender will take place in United Kingdom and will cover the Pharmaceutical & Medical industry.

The value of this project has not been disclosed by the donor and you can apply until Deadline date

After the deadline, Global Database will announce the contract award for United Kingdom-Milton Keynes: Health and social work services. In order to stay up-to-date with this tender and also to receive daily notifications about similar projects, you can subscribe to our newsletter for free.

Bellow you can find more information about the tender description and the bidding procedure.

Location: United Kingdom

General information

Donor:

Milton Keynes County Council

Industry:

Pharmaceutical & Medical

Status:

Accepting bids

Timeline

Published:

02 Nov 2020

Deadline:

03 Sep 2026

Value:

Not available

Contacts

Name:

Supplier Engagement Team

Description

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Milton Keynes County Council
Postal address: Civic, 1 Saxon Gate East, Central Milton Keynes
Town: Milton Keynes
NUTS code: UKJ12 Milton Keynes
Postal code: MK9 3EJ
Country: United Kingdom
Contact person: Supplier Engagement Team
E-mail: [email protected]
Internet address(es):
Main address: https://www.milton-keynes.gov.uk/
Address of the buyer profile: http://demand.sproc.net
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://demand.sproc.net/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.sproc.net
Tenders or requests to participate must be submitted 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:

Dynamic Purchasing System for the Provision of Domiciliary Homecare Services for Children's and Young People

II.1.2)Main CPV code
85000000 Health and social work services
II.1.3)Type of contract
Services
II.1.4)Short description:

The provision of domiciliary homecare services for children's and young people services, sufficient to meet the assessed needs of eligible individuals, is required in order for the Council to comply with its statutory responsibilities, as set out in the Children Act 1989, the Carers and Disabled Children Act 2000 and the Children and Families Act 2014. It is intended that the dynamic purchasing system (DPS) will help to grow the marketplace and be utilised when services cannot be fulfilled by providers on the Council’s existing framework. As a result, it will help improve the Council’s capacity to meet increasing demand for services, avoid delays in service delivery and minimise the need to ‘Spot Purchase’ provision.

II.1.5)Estimated total value
Value excluding VAT: 840 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: UKJ12 Milton Keynes
II.2.4)Description of the procurement:

Domiciliary homecare providers that wish to join the DPS to work with children's and young people will be required to demonstrate that they can deliver the published service specification to the required quality standard at an acceptable cost and meet the accreditation and enrolment criteria (developed in line with the PCR 2015 Crown Commercial Services standard selection questionnaire).

In those circumstances where providers on the Council’s existing framework for domiciliary homecare services do not have the capacity to meet the needs of an eligible individual, providers accepted onto the DPS will be invited to apply to deliver the required services. On receipt, applications will be evaluated on the basis of quality and price and a service agreement awarded to the provider achieving the highest score.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

This DPS is subject to an renewal of 24 months bringing the total DPS length to 72 months.

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:

Selection criteria 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

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
IV.1.8)Information about the 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: 09/03/2026
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.7)Conditions for opening of tenders
Date: 10/03/2026
Local time: 00:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2 2LL
Country: United Kingdom
Internet address: https://www.haringey.gov.uk
VI.4.2)Body responsible for mediation procedures
Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2 2LL
Country: United Kingdom
Internet address: https://www.haringey.gov.uk
VI.4.4)Service from which information about the review procedure may be obtained
Official name: adam HTT Ltd
Postal address: The Pinnacle, 170 Midsummer Boulevard
Town: Milton Keynes
Postal code: MK9 1BP
Country: United Kingdom
E-mail: [email protected]
Internet address: http://demand.sproc.net/
VI.5)Date of dispatch of this notice:
07/02/2020

http://ted.europa.eu/udl?uri=TED:NOTICE:68875-2020:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more