Notice Information
Notice Title
KCC Non-Maintained and Independent Special Schools (NMISS) Placement Dynamic Purchasing System (DPS) - SC21032
Notice 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). Additional information: 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. Page 5 to 10 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-c8c0b13f-3f7c-48e4-ae18-15700d057d6b
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/c6e4b3dc-ef65-42d2-a0de-7b2920b0cd2f
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Dynamic
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80000000 - Education and training services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Mar 20223 years ago
- Submission Deadline
- 1 Apr 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Aug 2022 - 31 Aug 2028 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- KENT COUNTY COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- MAIDSTONE
- Postcode
- ME14 1XQ
- Post Town
- Rochester
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ4 Kent
- Small Region (ITL 3)
- TLJ45 Mid Kent
- Delivery Location
- Not specified
-
- Local Authority
- Maidstone
- Electoral Ward
- Penenden Heath
- Westminster Constituency
- Maidstone and Malling
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/c6e4b3dc-ef65-42d2-a0de-7b2920b0cd2f
1st March 2022 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/798e859e-b1d3-4e9a-8e94-cfb3f0667389
17th January 2022 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-c8c0b13f-3f7c-48e4-ae18-15700d057d6b-2022-03-01T14:32:25Z",
"date": "2022-03-01T14:32:25Z",
"ocid": "ocds-b5fd17-c8c0b13f-3f7c-48e4-ae18-15700d057d6b",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "KENT001-DN585611-74207784",
"title": "KCC Non-Maintained and Independent Special Schools (NMISS) Placement Dynamic Purchasing System (DPS) - SC21032",
"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). Additional information: 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. Page 5 to 10 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.",
"datePublished": "2022-01-17T12:19:24Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
}
]
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure",
"tenderPeriod": {
"endDate": "2022-04-01T23:59:00+01:00"
},
"contractPeriod": {
"startDate": "2022-09-01T00:00:00+01:00",
"endDate": "2028-08-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/798e859e-b1d3-4e9a-8e94-cfb3f0667389",
"datePublished": "2022-01-17T12:19:24Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/c6e4b3dc-ef65-42d2-a0de-7b2920b0cd2f",
"datePublished": "2022-01-17T12:19:24Z",
"dateModified": "2022-03-01T14:32:25Z",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-63389",
"name": "Kent County Council",
"identifier": {
"legalName": "Kent County Council"
},
"address": {
"streetAddress": "County Hall",
"locality": "Maidstone",
"postalCode": "ME14 1XQ",
"countryName": "England"
},
"contactPoint": {
"name": "Georgia Powell",
"email": "Georgia.Powell@kent.gov.uk"
},
"details": {
"url": "https://www.kentbusinessportal.org.uk/"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-63389",
"name": "Kent County Council"
}
}