Tender

Independent and Non-Maintained Special Schools (INMSS) Open Framework

KENT COUNTY COUNCIL

This public procurement record has 3 releases in its history.

Tender

30 Jan 2026 at 15:39

PlanningUpdate

06 Nov 2025 at 13:24

Planning

13 May 2025 at 15:18

Summary of the contracting process

Kent County Council is conducting a procurement process to establish a new Independent and Non-Maintained Special Schools (INMSS) Open Framework. This initiative, titled "Independent and Non-Maintained Special Schools (INMSS) Open Framework", aims to replace the existing system before it expires on 31 August 2026. The focus is on supporting children and young people with Education, Health, and Care Plans (EHCPs) who cannot be accommodated in mainstream or maintained special schools. The framework will begin on 1 September 2026 and can potentially continue for up to eight years. With an estimated total contract value of £876 million, the procurement process is structured as a Competitive Flexible Procedure, with procurement stages including a Conditions of Participation stage and subsequent Invitation to Tender for shortlisted candidates. Businesses must register their interest by emailing inclusion@kent.gov.uk and accessing the opportunity through the Kent Business Portal by 20 February 2026.

This tender represents a significant business opportunity, particularly for those in the education services sector focusing on special education needs. Businesses with a strong track record in providing specialist educational provision and services, including registered Independent Special Schools, would be well-suited to compete. The tender features a two-lot structure allowing different levels of engagement with the council, thus opening doors to both strategic partnership opportunities and more standard service provision roles. Organisations that meet the established quality and safeguarding standards, especially small and medium enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs), are encouraged to engage in this opportunity to drive business growth and enhance service delivery in the region.

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

Independent and Non-Maintained Special Schools (INMSS) Open Framework

Notice Description

Kent County Council (KCC) is establishing a new Independent and Non-Maintained Special Schools (INMSS) Open Framework (reference CN260427) to replace the existing NMISS Dynamic Purchasing System when it expires on 31 August 2026. The Framework will support the placement of children and young people with Education, Health and Care Plans (EHCPs) whose needs cannot be met in mainstream or maintained special school settings, ensuring continuity of provision and compliance with the Procurement Act 2023. The Framework will commence on 1 September 2026 for an initial period of 4 years, with potential extensions up to another 4 years, and an estimated maximum total value of PS876 million across the full term. It aims to improve outcomes, strengthen quality assurance, enhance pricing transparency, and secure better value for money while ensuring placements remain focused on children with the most complex needs. Provision under this Framework includes Independent Special Schools (both Section 41 and non-Section 41) and Non-Maintained Special Schools. Providers must be appropriately registered with Ofsted or the Independent Schools Inspectorate (ISI) and must meet statutory and contractual quality, safeguarding, and compliance requirements. The Framework uses a two-lot structure: Lot A - Strategic Partners, for Tenderers meeting a higher quality threshold and capable of close strategic collaboration with KCC, including potential consideration for longer-term arrangements such as block contracting. Lot B - Approved Providers, meeting the standard quality threshold. The procurement will be conducted via a Competitive Flexible Procedure, comprising a Conditions of Participation Stage followed by an Invitation to Tender for shortlisted providers. Quality evaluation thresholds will determine allocation to Lots. For full details, all suppliers must access the opportunity through the Kent Business Portal and download the complete document pack: https://www.kentbusinessportal.org.uk/

Lot Information

Strategic Partners

Tenderers achieving a high-quality threshold, expected to deliver consistently excellent outcomes and engage in strategic collaboration with the Council. This may include opportunities for longer term arrangements such as block contracting where appropriate.

Renewal: A possibility for four possible contract extension of up to 4 year(s) (12 months each)

Approved Providers

Tenderers meeting a moderate quality threshold offering suitable provision with potential for development and improvement.

Renewal: A possibility for four possible contract extension of up to 4 year(s) (12 months each)

Planning Information

Invitation to Providers We invite all interested suppliers to register on the Kent Business Portal (https://www.kentbusinessportal.org.uk/) Once registered, providers can express their interest by emailing inclusion@kent.gov.uk and the invitation will be shared.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051257
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008594-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Dynamic, Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80100000 - Primary education services

80200000 - Secondary education services

Notice Value(s)

Tender Value
£876,000,000 £100M-£1B
Lots Value
£876,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Jan 20263 weeks ago
Submission Deadline
13 Feb 2026Expired
Future Notice Date
31 Jan 2026Expired
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
KENT COUNTY COUNCIL
Contact Name
Jordan Gurr
Contact Email
sourcingsupportteam@kent.gov.uk
Contact Phone
Not specified

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
TLJ South East (England), TLJ4 Kent

Local Authority
Maidstone
Electoral Ward
Penenden Heath
Westminster Constituency
Maidstone and Malling

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-h6vhtk-051257-2026-01-30T15:39:19Z",
    "date": "2026-01-30T15:39:19Z",
    "ocid": "ocds-h6vhtk-051257",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PLDL-8938-YGYW",
            "name": "Kent County Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLDL-8938-YGYW"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Maidstone",
                "postalCode": "ME14 1XQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ45"
            },
            "contactPoint": {
                "email": "sourcingsupportteam@kent.gov.uk",
                "name": "Jordan Gurr"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ],
                "url": "https://www.kent.gov.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLDL-8938-YGYW",
        "name": "Kent County Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Invitation to Providers We invite all interested suppliers to register on the Kent Business Portal (https://www.kentbusinessportal.org.uk/) Once registered, providers can express their interest by emailing inclusion@kent.gov.uk and the invitation will be shared.",
                "dueDate": "2025-12-04T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "020970-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/020970-2025",
                "datePublished": "2025-05-13T16:18:24+01:00",
                "format": "text/html"
            },
            {
                "id": "071637-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/071637-2025",
                "datePublished": "2025-11-06T13:24:55Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "CN260427",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Independent and Non-Maintained Special Schools (INMSS) Open Framework",
        "description": "Kent County Council (KCC) is establishing a new Independent and Non-Maintained Special Schools (INMSS) Open Framework (reference CN260427) to replace the existing NMISS Dynamic Purchasing System when it expires on 31 August 2026. The Framework will support the placement of children and young people with Education, Health and Care Plans (EHCPs) whose needs cannot be met in mainstream or maintained special school settings, ensuring continuity of provision and compliance with the Procurement Act 2023. The Framework will commence on 1 September 2026 for an initial period of 4 years, with potential extensions up to another 4 years, and an estimated maximum total value of PS876 million across the full term. It aims to improve outcomes, strengthen quality assurance, enhance pricing transparency, and secure better value for money while ensuring placements remain focused on children with the most complex needs. Provision under this Framework includes Independent Special Schools (both Section 41 and non-Section 41) and Non-Maintained Special Schools. Providers must be appropriately registered with Ofsted or the Independent Schools Inspectorate (ISI) and must meet statutory and contractual quality, safeguarding, and compliance requirements. The Framework uses a two-lot structure: Lot A - Strategic Partners, for Tenderers meeting a higher quality threshold and capable of close strategic collaboration with KCC, including potential consideration for longer-term arrangements such as block contracting. Lot B - Approved Providers, meeting the standard quality threshold. The procurement will be conducted via a Competitive Flexible Procedure, comprising a Conditions of Participation Stage followed by an Invitation to Tender for shortlisted providers. Quality evaluation thresholds will determine allocation to Lots. For full details, all suppliers must access the opportunity through the Kent Business Portal and download the complete document pack: https://www.kentbusinessportal.org.uk/",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80100000",
                        "description": "Primary education services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80200000",
                        "description": "Secondary education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "B",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80100000",
                        "description": "Primary education services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80200000",
                        "description": "Secondary education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "B"
            }
        ],
        "value": {
            "amountGross": 1051200000,
            "amount": 876000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2030-08-31T23:59:59+01:00",
                    "maxExtentDate": "2034-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "identifiers": [
                    {
                        "id": "A"
                    }
                ],
                "title": "Strategic Partners",
                "description": "Tenderers achieving a high-quality threshold, expected to deliver consistently excellent outcomes and engage in strategic collaboration with the Council. This may include opportunities for longer term arrangements such as block contracting where appropriate.",
                "value": {
                    "amountGross": 1051200000,
                    "amount": 876000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "We have a minimum quality threshold for each Lot. All bidders who meet this threshold (and pass all due diligence checks) may be awarded a place on the Open Framework.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Specialist School"
                        },
                        {
                            "type": "quality",
                            "name": "Curriculum"
                        },
                        {
                            "type": "quality",
                            "name": "Attendance/Placement Stability"
                        },
                        {
                            "type": "quality",
                            "name": "Outcomes"
                        },
                        {
                            "type": "quality",
                            "name": "Governance"
                        },
                        {
                            "type": "quality",
                            "name": "Safeguarding Compliance & Behaviour Management"
                        },
                        {
                            "type": "quality",
                            "name": "Environmental/Social Value"
                        }
                    ]
                },
                "renewal": {
                    "description": "A possibility for four possible contract extension of up to 4 year(s) (12 months each)"
                }
            },
            {
                "id": "B",
                "title": "Approved Providers",
                "description": "Tenderers meeting a moderate quality threshold offering suitable provision with potential for development and improvement.",
                "status": "active",
                "value": {
                    "amountGross": 1051200000,
                    "amount": 876000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "We have a minimum quality threshold for each Lot. All bidders who meet this threshold (and pass all due diligence checks) may be awarded a place on the Open Framework.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Specialist School"
                        },
                        {
                            "type": "quality",
                            "name": "Curriculum"
                        },
                        {
                            "type": "quality",
                            "name": "Attendance/Placement Stability"
                        },
                        {
                            "type": "quality",
                            "name": "Outcomes"
                        },
                        {
                            "type": "quality",
                            "name": "Governance"
                        },
                        {
                            "type": "quality",
                            "name": "Safeguarding Compliance & Behaviour Management"
                        },
                        {
                            "type": "quality",
                            "name": "Environmental/Social Value"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2030-08-31T23:59:59+01:00",
                    "maxExtentDate": "2034-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "A possibility for four possible contract extension of up to 4 year(s) (12 months each)"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-31T23:59:59Z"
        },
        "status": "active",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "method": "withAndWithoutReopeningCompetition",
                "type": "closed",
                "description": "Please see Pricing Guidance in the Invitation to Tender (ITT) pack and the Call-Off Process as described in the Open Framework Agreement Pack.",
                "openFrameworkSchemeEndDate": "2034-08-31T23:59:59+01:00"
            }
        },
        "amendments": [
            {
                "id": "071637-2025",
                "description": "Amendments have been made to the Scope section to include additional dates for market engagement activities. Additionally, the instructions for requesting an invitation have been updated in the Scope and Engagement sections. Kent County Council has transitioned to a new eTendering portal, rendering previous instructions inaccurate. Interested providers should now email Inclusion@kent.gov.uk to request an invite. Finally, the period for engagement has been updated to reflect the additional sessions."
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The procurement process the Council is undertaking to procure the required services is a Competitive Flexible Procedure, as permitted under Section 20 of the Procurement Act 2023. the Council may hereon refer to this planned Competitive Flexible Procedure as a 'Traditional Negotiated' Procedure. The process will consist of multiple stages as follow: 1. Conditions of Participation Stage 2. Invitation to Tender (ITT) - Tender Questionnaire 3. Site Visits 4. Optional Negotiation Stage 5. Contract Award (including verification of Self-Certifications) Please see the Invitation to Conditions of Participation Stage document for further details."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://www.kentbusinessportal.org.uk/ To respond to this opportunity, please use the access code: D2SK4KN582 or use the following link: https://www.kentbusinessportal.org.uk/respond/D2SK4KN582",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-02-20T12:00:00Z",
        "enquiryPeriod": {
            "endDate": "2026-02-13T23:59:59Z"
        },
        "awardPeriod": {
            "endDate": "2026-06-23T23:59:59+01:00"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 1
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://www.kentbusinessportal.org.uk/"
            },
            {
                "id": "L-2",
                "documentType": "biddingDocuments",
                "url": "https://www.kentbusinessportal.org.uk/respond/D2SK4KN582"
            },
            {
                "id": "008594-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008594-2026",
                "datePublished": "2026-01-30T15:39:19Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}