Published date: 17 January 2022
This notice was replaced on 17 January 2022
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Opportunity (published 17 January 2022, last edited 1 March 2022)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Education and training services - 80000000
Location of contract
United Kingdom
Value of contract
£0
Procurement reference
KENT001-DN585611-74207784
Published date
17 January 2022
Closing date
4 March 2022
Closing time
12pm
Contract start date
1 September 2022
Contract end date
31 August 2028
Contract type
Service contract
Procedure type
Negotiated procedure
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
Yes
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).
More information
Additional text
-
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.
About the buyer
Contact name
Georgia Powell
Address
County Hall
Maidstone
ME14 1XQ
England
Website
Share this notice