Notice Information
Notice Title
KMPT DBS Renewals & Fit and Proper Person Check Services
Notice Description
Kent and Medway NHS and Social Care Partnership Trust (the "Contracting Authority" or "CA") is inviting tenders for the provision of Disclosure and Barring (DBS) check services, ensuring that appropriate pre and post-employment checks have been undertaken for all employees of the CA based on legislative and NHS Employers' requirements. The Supplier will undertake periodical renewals of all existing DBS certificates for eligible employees, in addition to Fit and Proper Person (FPPR) checks for new employees and renewals. The Supplier must be registered with DBS and must be able to administer DBS checks and undertake Fit and Proper Person (FPPR) checks for the CA's employees. The CA is procuring this contract following the Open Procedure under the Procurement Act 2023 and the CA's Standing Financial Instructions. The CA will be awarding one Contract for the provision of all services detailed in the Specification.
Lot Information
Lot 1
Renewal: The Contract term may be extended for a further period or periods up to a maximum of two (2) years, subject to performance and the absolute discretion of the Contracting Authority. The duration of this Contract shall be no longer than five (5) years in total.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04fb9f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018222-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
75100000 - Administration services
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
79600000 - Recruitment services
Notice Value(s)
- Tender Value
- £300,000 £100K-£500K
- Lots Value
- £300,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Apr 20259 months ago
- Submission Deadline
- 2 Jun 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 7 Sep 2025 - 7 Sep 2028 3-4 years
- Recurrence
- 2030-04-30
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- KENT AND MEDWAY NHS AND SOCIAL CARE PARTNERSHIP TRUST
- Contact Name
- Lisa Barrett
- Contact Email
- kmpt.procurement@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- AYLESFORD
- Postcode
- ME20 6WT
- Post Town
- Rochester
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ4 Kent
- Small Region (ITL 3)
- TLJ46 West Kent
- Delivery Location
- TLJ4 Kent
-
- Local Authority
- Tonbridge and Malling
- Electoral Ward
- Larkfield
- Westminster Constituency
- Chatham and Aylesford
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/018222-2025
30th April 2025 - Tender notice on Find a Tender
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-h6vhtk-04fb9f-2025-04-30T22:09:00+01:00",
"date": "2025-04-30T22:09:00+01:00",
"ocid": "ocds-h6vhtk-04fb9f",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PNZR-1968-PDPD",
"name": "Kent and Medway NHS and Social Care Partnership Trust",
"identifier": {
"scheme": "GB-PPON",
"id": "PNZR-1968-PDPD"
},
"address": {
"streetAddress": "Unit D, New Hythe Business Park, Magnitude House, New Hythe Lane",
"locality": "Aylesford",
"postalCode": "ME20 6WT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ46"
},
"contactPoint": {
"name": "Lisa Barrett",
"email": "kmpt.procurement@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.kmpt.nhs.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PNZR-1968-PDPD",
"name": "Kent and Medway NHS and Social Care Partnership Trust"
},
"tender": {
"id": "C351096",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "KMPT DBS Renewals & Fit and Proper Person Check Services",
"description": "Kent and Medway NHS and Social Care Partnership Trust (the \"Contracting Authority\" or \"CA\") is inviting tenders for the provision of Disclosure and Barring (DBS) check services, ensuring that appropriate pre and post-employment checks have been undertaken for all employees of the CA based on legislative and NHS Employers' requirements. The Supplier will undertake periodical renewals of all existing DBS certificates for eligible employees, in addition to Fit and Proper Person (FPPR) checks for new employees and renewals. The Supplier must be registered with DBS and must be able to administer DBS checks and undertake Fit and Proper Person (FPPR) checks for the CA's employees. The CA is procuring this contract following the Open Procedure under the Procurement Act 2023 and the CA's Standing Financial Instructions. The CA will be awarding one Contract for the provision of all services detailed in the Specification.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
},
{
"scheme": "CPV",
"id": "75100000",
"description": "Administration services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
}
],
"deliveryAddresses": [
{
"region": "UKJ4",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 318500,
"amount": 300000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "The Contracting Authority is utilising an electronic Tendering system (\"E-Tendering Portal\") to manage this procurement and communicate with Tenderers. Accordingly, there will be no hard copy documents issued to Tenderers and all communications with the Contracting Authority, including the submission of Tender responses will be conducted solely via the following link: https://health-family.force.com/s/Welcome A user guide can be found at the following link: https://services.atamis.co.uk/docs/Supplier_User_Guide.pdf For any technical queries, please contact support-health@atamis.co.uk or via telephone on 0800 995 6035 (08:00-18:00 Monday-Friday excluding public holidays).",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-06-02T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-06-02T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-07-28T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 318500,
"amount": 300000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Quality Evaluation",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Net zero & Social Value Evaluation",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price Evaluation",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-09-08T00:00:00+01:00",
"endDate": "2028-09-07T23:59:59+01:00",
"maxExtentDate": "2030-09-07T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Contract term may be extended for a further period or periods up to a maximum of two (2) years, subject to performance and the absolute discretion of the Contracting Authority. The duration of this Contract shall be no longer than five (5) years in total."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "018222-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018222-2025",
"datePublished": "2025-04-30T22:09:00+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2030-04-30T23:59:59+01:00"
}
]
},
"contractTerms": {
"financialTerms": "The 'Total value (estimated)' figure stated within this notice represents an overall estimated contract value. This value reflects the potential scale of the contract and takes into account optional extension periods. This figure does not however take into account: (i) the application of indexation; or (ii) potential increases to the fees charged by the Government's Disclosure and Barring Service to the Supplier and passed on to the Contracting Authority at cost; or (iii) potential increases or decreases in the demand for services during the Contract term as detailed within the tender documents. The Contracting Authority does not guarantee any volume or value under this contract or in association with this notice."
},
"riskDetails": "Contract Performance: The Contracting Authority has identified the following risks as risks that satisfy the criteria of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could jeopardise the satisfactory performance of the contract but, because of its/their nature, cannot be addressed in the contract as awarded: (i) Changes in legislation and statutory guidance, and/or NHS or organisational policy and guidance, governing the nature of DBS check processes and/or how they are undertaken; (ii) increases to the fees charged by the Government's Disclosure and Barring Service to the Supplier and passed on to the Contracting Authority at cost; and (iii) increased demand for the services during the Contract term due to increased employee headcount or increased eligibility for DBS and associated services. and has concluded that there is a possibility that the contract may have to be modified as a result of a materialisation of the known risk at a later date in accordance with Schedule 8 paragraph 5 of the Procurement Act 2023 Exclusions: If at any time during the procurement, or post award, it comes to the attention of the Contracting Authority, by whatever means, that a Supplier has become 'excluded' or 'excludable' as per Sec 57 of the PA2023, the Contracting Authority, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded. Reservations of rights and disclaimers of liability: The Contracting Authority expressly reserves the right: (i). not to award any contract as a result of the procurement process commenced by publication of this notice; (ii). to make whatever changes it may see fit to the content and structure of the tendering Competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by candidates."
},
"language": "en"
}