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.

UK4

Independent and Non-Maintained Special Schools (INMSS) Open Framework

  • First published: 31 January 2026
  • Last modified: 31 January 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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:
ocds-h6vhtk-051257
Published by:
Kent County Council
Authority ID:
AA20084
Publication date:
31 January 2026
Deadline date:
20 February 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Kent County Council (KCC) is establishing a new Independent and Non‑Maintained Special Schools (INMSS) Open Framework (reference CN260427) to replace the existing NMISS Dynamic Purchasing System when it expires on 31 August 2026. The Framework will support the placement of children and young people with Education, Health and Care Plans (EHCPs) whose needs cannot be met in mainstream or maintained special school settings, ensuring continuity of provision and compliance with the Procurement Act 2023.The Framework will commence on 1 September 2026 for an initial period of 4 years, with potential extensions up to another 4 years, and an estimated maximum total value of £876 million across the full term. It aims to improve outcomes, strengthen quality assurance, enhance pricing transparency, and secure better value for money while ensuring placements remain focused on children with the most complex needs.Provision under this Framework includes Independent Special Schools (both Section 41 and non‑Section 41) and Non‑Maintained Special Schools. Providers must be appropriately registered with Ofsted or the Independent Schools Inspectorate (ISI) and must meet statutory and contractual quality, safeguarding, and compliance requirements. The Framework uses a two‑lot structure:Lot A - Strategic Partners, for Tenderers meeting a higher quality threshold and capable of close strategic collaboration with KCC, including potential consideration for longer‑term arrangements such as block contracting.Lot B - Approved Providers, meeting the standard quality threshold.The procurement will be conducted via a Competitive Flexible Procedure, comprising a Conditions of Participation Stage followed by an Invitation to Tender for shortlisted providers. Quality evaluation thresholds will determine allocation to Lots.For full details, all suppliers must access the opportunity through the Kent Business Portal and download the complete document pack: https://www.kentbusinessportal.org.uk/

Full notice text

Scope

Procurement reference

CN260427

Procurement description

Kent County Council (KCC) is establishing a new Independent and Non‑Maintained Special Schools (INMSS) Open Framework (reference CN260427) to replace the existing NMISS Dynamic Purchasing System when it expires on 31 August 2026. The Framework will support the placement of children and young people with Education, Health and Care Plans (EHCPs) whose needs cannot be met in mainstream or maintained special school settings, ensuring continuity of provision and compliance with the Procurement Act 2023.

The Framework will commence on 1 September 2026 for an initial period of 4 years, with potential extensions up to another 4 years, and an estimated maximum total value of £876 million across the full term. It aims to improve outcomes, strengthen quality assurance, enhance pricing transparency, and secure better value for money while ensuring placements remain focused on children with the most complex needs.

Provision under this Framework includes Independent Special Schools (both Section 41 and non‑Section 41) and Non‑Maintained Special Schools. Providers must be appropriately registered with Ofsted or the Independent Schools Inspectorate (ISI) and must meet statutory and contractual quality, safeguarding, and compliance requirements.

The Framework uses a two‑lot structure:

Lot A - Strategic Partners, for Tenderers meeting a higher quality threshold and capable of close strategic collaboration with KCC, including potential consideration for longer‑term arrangements such as block contracting.

Lot B - Approved Providers, meeting the standard quality threshold.

The procurement will be conducted via a Competitive Flexible Procedure, comprising a Conditions of Participation Stage followed by an Invitation to Tender for shortlisted providers. Quality evaluation thresholds will determine allocation to Lots.

For full details, all suppliers must access the opportunity through the Kent Business Portal and download the complete document pack: https://www.kentbusinessportal.org.uk/

Main category

Services

Delivery regions

  • UKJ4 - Kent

Total value (estimated, excluding VAT)

876000000 GBP to 1752000000GBP

Contract dates (estimated)

01 September 2026, 00:00AM to 31 August 2030, 23:59PM

Extension end date (if all the extensions are used): 31 August 2034

Is a framework being established?

Yes

Is this an open framework scheme?

Yes

Contracting authority

Kent County Council

Identification register:

  • GB-PPON

Address 1: County Hall

Town/City: Maidstone

Postcode: ME14 1XQ

Country: United Kingdom

Website: https://www.kent.gov.uk/

Public Procurement Organisation Number: PLDL-8938-YGYW

NUTS code: UKJ45

Email: sourcingsupportteam@kent.gov.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Competitive flexible procedure

Is this procurement under a special regime?

Light touch

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Framework

Percentage fee charged to suppliers

0%

Open framework scheme end date (estimated)

31 August 2034, 23:59PM

Award method when using the framework

With and without reopening competition

Framework operation description

Please see Pricing Guidance in the Invitation to Tender (ITT) pack and the Call-Off Process as described in the Open Framework Agreement Pack.

Lots

Divided into 2 lots

Strategic Partners

Lot number: 1

Description

Tenderers achieving a high-quality threshold, expected to deliver consistently excellent outcomes and engage in strategic collaboration with the Council. This may include opportunities for longer term arrangements such as block contracting where appropriate.

CPV classifications

  • 80100000 - Primary education services
  • 80200000 - Secondary education services

Delivery regions

  • UKJ4 - Kent

Lot value (estimated)

876000000 GBP Excluding VAT

1051200000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 September 2026, 00:00AM

Contract end date (estimated)

31 August 2030, 23:59PM

Extension end date (estimated)

31 August 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

A possibility for four possible contract extension of up to 4 year(s) (12 months each)

Maximum number of lots a supplier can be awarded

1

Award criteria

Weighting description

We have a minimum quality threshold for each Lot. All bidders who meet this threshold (and pass all due diligence checks) may be awarded a place on the Open Framework.

Type: quality

Name

Specialist School

Type: quality

Name

Curriculum

Type: quality

Name

Attendance/Placement Stability

Type: quality

Name

Outcomes

Type: quality

Name

Governance

Type: quality

Name

Safeguarding Compliance & Behaviour Management

Type: quality

Name

Environmental/Social Value

Approved Providers

Lot number: B

Description

Tenderers meeting a moderate quality threshold offering suitable provision with potential for development and improvement.

CPV classifications

  • 80100000 - Primary education services
  • 80200000 - Secondary education services

Delivery regions

  • UKJ4 - Kent

Lot value (estimated)

876000000 GBP Excluding VAT

1051200000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 September 2026, 00:00AM

Contract end date (estimated)

31 August 2030, 23:59PM

Extension end date (estimated)

31 August 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

A possibility for four possible contract extension of up to 4 year(s) (12 months each)

Maximum number of lots a supplier can be awarded

1

Award criteria

Weighting description

We have a minimum quality threshold for each Lot. All bidders who meet this threshold (and pass all due diligence checks) may be awarded a place on the Open Framework.

Type: quality

Name

Specialist School

Type: quality

Name

Curriculum

Type: quality

Name

Attendance/Placement Stability

Type: quality

Name

Outcomes

Type: quality

Name

Governance

Type: quality

Name

Safeguarding Compliance & Behaviour Management

Type: quality

Name

Environmental/Social Value

Submission

Expression of interest deadline

20 February 2026, 12:00PM

Enquiry deadline

13 February 2026, 23:59PM

Date of award of contract

23 June 2026, 23:59PM

Submission address and any special instructions

https://www.kentbusinessportal.org.uk/To respond to this opportunity, please use the access code: D2SK4KN582 or use the following link: https://www.kentbusinessportal.org.uk/respond/D2SK4KN582

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

ID

L-1

Document type

Bidding documents

ID

L-2

Document type

Bidding documents

Coding

Commodity categories

ID Title Parent category
80100000 Primary education services Education and training services
80200000 Secondary education services Education and training services

Delivery locations

ID Description
There are no delivery locations for this notice.

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:
N/a
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.