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 Award Notice

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

  • First published: 22 November 2023
  • Last modified: 22 November 2023

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-030bba
Published by:
Kent County Council
Authority ID:
AA20084
Publication date:
22 November 2023
Deadline date:
-
Notice type:
Contract Award 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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Kent County Council

Sessions House

Maidstone

ME14 1XQ

UK

Contact person: Ms Orla Miller

Telephone: +44 3000412878

E-mail: orla.miller@kent.gov.uk

NUTS: UK

Internet address(es)

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

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

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

II.1.7) Total value of the procurement

Value excluding VAT: 50 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot Number

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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

A dynamic purchasing system was set up

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-001313

Section V: Award of contract

Contract No: SC21032 - KCC NMISS DPS

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/04/2023

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Channels and Choices LLP

06704774

45a London Road

Dover

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: SC21032 - KCC NMISS DPS

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/07/2022

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Cross Keys Learning

11665912

Suite 1 & 2 The Lead Centre,

ST Peters, Broadstairs,

CT10 3JJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: SC21032 - KCC NMISS DPS

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/04/2023

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Parkview Education Limited

10133621

The Brentano Suite, Solar House, 915 High Rd,

North Finchley, Greater London,

N12 8QJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: SC21032 - KCC NMISS DPS

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/07/2022

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Trinity School and College

13 New Road,

Rochester,

ME1 1BG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: SC21032 - KCC NMISS DPS

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/04/2023

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Vocational Training Center Limited

11373573

Centre 2000, Unit 2, St Michaels Road,

Sittingbourne, Kent,

ME10 3DZ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Live and ongoing DPS - Awards reported in small batches.

VI.4) Procedures for review

VI.4.1) Review body

Kent County Council

Maidstone

UK

VI.5) Date of dispatch of this notice

20/11/2023

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:
orla.miller@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.