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

KCC Non-Maintained and Independent Special Schools (NMISS) Placement Dynamic Purchasing System (DPS) - SC21032

  • First published: 18 January 2022
  • Last modified: 18 January 2022

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)

Contents

Summary

OCID:
Published by:
Kent County Council
Authority ID:
AA20084
Publication date:
18 January 2022
Deadline date:
31 August 2028
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The NMISS DPS shall be split into two lots, Lot 1 and Lot 2. The lots establish different responsibilities and requirements.

Lot 1 shall remain similar to the current arrangements for placements with placements made individually but under an overarching agreement to standardise terms and standards across placements to ensure quality and equity for CYP. To be offered a contract in Lot 1, tenderers shall be required to achieve a quality score 30 out of 100 and no less than 3 in award questions 11-16 (see ITT Appendix A – KCC Selection Award Criteria and Guidance for more detail on scoring).

Lot 2 represents an opportunity for tenderers to work more closely with The Authority in the strategic planning of placements in a transparent, open manner, including the opportunity for block contracting of placements. Tenderers successful in joining Lot 2 shall be consulted on potential placements first. To be offered a contract in Lot 2, tenderers shall be required to achieve a quality score 60 out of 100 and no less than 6 in award questions 11-16 (see ITT Appendix A – KCC Selection Award Criteria and Guidance for more detail on scoring).

Please see the DPS Admission Agreement, Call-Off Terms and Conditions and their respective Schedules for further details of the responsibilities and requirements for each lot.

For both lots, Tenderers will be asked to identify the location(s) of their provision and the need type(s) which apply to their bid in the ITT Schedule 2 – Tender Questionnaire to enable placements to be made effectively, for further details on the placement process please see the DPS Admission Agreement.

Tenderers are required to specify which lot they are bidding for in the Tender Questionnaire. If a tenderer who bids for Lot 2 is unsuccessful in meeting the criteria for Lot 2, they shall automatically be considered for Lot 1.

Providers admitted to Lot 1 may later apply to be admitted to Lot 2 by re-submitting a Tender once the DPS is live with updated information in order to meet the requirements for admission to Lot 2.

For further information on the future cohorts/rounds please visit the Kent Business Portal (https://www.kentbusinessportal.org.uk/) from 1st September 2022.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Kent County Council

County Hall

Maidstone

ME14 1XQ

UK

Contact person: Georgia Powell

E-mail: Georgia.Powell@kent.gov.uk

NUTS: UKJ4

Internet address(es)

Main address: http://www.kent.gov.uk

Address of the buyer profile: http://www.kent.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Advert/Index?advertId=321e5f6f-ee63-ec11-8110-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=321e5f6f-ee63-ec11-8110-005056b64545


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

KCC Non-Maintained and Independent Special Schools (NMISS) Placement Dynamic Purchasing System (DPS) - SC21032

Reference number: DN585611

II.1.2) Main CPV code

80000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

A Dynamic Purchasing System for KCC to make placements for Children and Young People (CYP) with Education, Health and Care (EHC) Plans in the Non-Maintained and Independent Special Schools (NMISS) market (including independent schools).

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

If a tenderer applies for Lot 2 and is unsuccessful they may be automatically admitted to Lot 1.

II.2) Description

Lot No: 1

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The NMISS DPS shall be split into two lots, Lot 1 and Lot 2. The lots establish different responsibilities and requirements.

Lot 1 shall remain similar to the current arrangements for placements with placements made individually but under an overarching agreement to standardise terms and standards across placements to ensure quality and equity for CYP. To be offered a contract in Lot 1, tenderers shall be required to achieve a quality score 30 out of 100 and no less than 3 in award questions 11-16 (see ITT Appendix A – KCC Selection Award Criteria and Guidance for more detail on scoring).

Lot 2 represents an opportunity for tenderers to work more closely with The Authority in the strategic planning of placements in a transparent, open manner, including the opportunity for block contracting of placements. Tenderers successful in joining Lot 2 shall be consulted on potential placements first. To be offered a contract in Lot 2, tenderers shall be required to achieve a quality score 60 out of 100 and no less than 6 in award questions 11-16 (see ITT Appendix A – KCC Selection Award Criteria and Guidance for more detail on scoring).

Please see the DPS Admission Agreement, Call-Off Terms and Conditions and their respective Schedules for further details of the responsibilities and requirements for each lot.

For both lots, Tenderers will be asked to identify the location(s) of their provision and the need type(s) which apply to their bid in the ITT Schedule 2 – Tender Questionnaire to enable placements to be made effectively, for further details on the placement process please see the DPS Admission Agreement.

Tenderers are required to specify which lot they are bidding for in the Tender Questionnaire. If a tenderer who bids for Lot 2 is unsuccessful in meeting the criteria for Lot 2, they shall automatically be considered for Lot 1.

Providers admitted to Lot 1 may later apply to be admitted to Lot 2 by re-submitting a Tender once the DPS is live with updated information in order to meet the requirements for admission to Lot 2.

For further information on the future cohorts/rounds please visit the Kent Business Portal (https://www.kentbusinessportal.org.uk/) from 1st September 2022.

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

Start: 01/09/2022

End: 31/08/2028

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

This DPS is being run under the Light Touch Regime, Chapter 3, regulations 73-76 of PCR 2015, please see the tender documents for further information.

Price is not the only award criterion and all criteria are stated only in the tender documents.

The Initial Term of the DPS is 36 months starting on 01/09/2022 with the option to extend until 31/08/2028.

Lot No: 2

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The NMISS DPS shall be split into two lots, Lot 1 and Lot 2. The lots establish different responsibilities and requirements.

Lot 1 shall remain similar to the current arrangements for placements with placements made individually but under an overarching agreement to standardise terms and standards across placements to ensure quality and equity for CYP. To be offered a contract in Lot 1, tenderers shall be required to achieve a quality score 30 out of 100 and no less than 3 in award questions 11-16 (see ITT Appendix A – KCC Selection Award Criteria and Guidance for more detail on scoring).

Lot 2 represents an opportunity for tenderers to work more closely with The Authority in the strategic planning of placements in a transparent, open manner, including the opportunity for block contracting of placements. Tenderers successful in joining Lot 2 shall be consulted on potential placements first. To be offered a contract in Lot 2, tenderers shall be required to achieve a quality score 60 out of 100 and no less than 6 in award questions 11-16 (see ITT Appendix A – KCC Selection Award Criteria and Guidance for more detail on scoring).

Please see the DPS Admission Agreement, Call-Off Terms and Conditions and their respective Schedules for further details of the responsibilities and requirements for each lot.

For both lots, Tenderers will be asked to identify the location(s) of their provision and the need type(s) which apply to their bid in the ITT Schedule 2 – Tender Questionnaire to enable placements to be made effectively, for further details on the placement process please see the DPS Admission Agreement.

Tenderers are required to specify which lot they are bidding for in the Tender Questionnaire. If a tenderer who bids for Lot 2 is unsuccessful in meeting the criteria for Lot 2, they shall automatically be considered for Lot 1.

Providers admitted to Lot 1 may later apply to be admitted to Lot 2 by re-submitting a Tender once the DPS is live with updated information in order to meet the requirements for admission to Lot 2.

For further information on the future cohorts/rounds please visit the Kent Business Portal (https://www.kentbusinessportal.org.uk/) from 1st September 2022.

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

Start: 01/09/2022

End: 31/08/2028

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

This DPS is being run under the Light Touch Regime, Chapter 3, regulations 73-76 of PCR 2015, please see the tender documents for further information.

Price is not the only award criterion and all criteria are stated only in the tender documents.

The Initial Term of the DPS is 36 months starting on 01/09/2022 with the option to extend until 31/08/2028.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 31/08/2028

Local time: 23:55

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: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Potential tenderers will be able to view all of the tender documents by registering on the Kent Business Portal, here: https://www.kentbusinessportal.org.uk/. Bidders can apply to join the DPS in the initial round opening on 17/1/22 and closing at 12:00 (noon) on 4/3/22 or at any time when the DPS is live from 1/9/2022 and can continue to do so throughout the duration of the DPS.

VI.4) Procedures for review

VI.4.1) Review body

Kent County Council

County Hall

Maidstone

ME14 1XQ

UK

VI.5) Date of dispatch of this notice

17/01/2022

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education

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:
Georgia.Powell@kent.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.