Tender

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

KENT COUNTY COUNCIL

This public procurement record has 2 releases in its history.

Tender

01 Mar 2022 at 14:32

Tender

17 Jan 2022 at 12:19

Summary of the contracting process

The Kent County Council is conducting a tender for the "KCC Non-Maintained and Independent Special Schools (NMISS) Placement Dynamic Purchasing System (DPS) - SC21032," targeting the education and training services industry. Located in Maidstone, England, the procurement is currently in the active stage, with the tender period closing on 1st April 2022. The contract is set to commence on 1st September 2022 and will last until 31st August 2028. The procurement method employed is selective, with a focus on a negotiated procedure.

This tender presents significant opportunities for small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) to participate in the provision of services for children and young people with Education, Health, and Care Plans. Businesses that specialise in educational services, particularly those associated with non-maintained and independent special schools, would be well-positioned to bid for this DPS. Moreover, the structured approach with two lots allows for flexibility and collaboration with Kent County Council, promoting potential long-term partnerships in the educational sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}