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