Tender

Kent County Council (KCC) Skills Programme DPS - Reopening for Round 3 Applications (SC240120)

  • Kent County Council

F02: Contract notice

Notice identifier: 2026/S 000-004959

Procurement identifier (OCID): ocds-h6vhtk-060a49

Published 20 January 2026, 3:53pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

County Hall

Maidstone

ME141XQ

Contact

Edward Dews

Email

edward.dews@kent.gov.uk

Country

United Kingdom

Region code

UKJ4 - Kent

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

http://www.kent.gov.uk

Buyer's address

http://www.kent.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.kentbusinessportal.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.kentbusinessportal.org.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Local Authority/County Council


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Kent County Council (KCC) Skills Programme DPS - Reopening for Round 3 Applications (SC240120)

Reference number

SC240120

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

Community Learning and Skills (CLS) is Kent County Council's (KCC) internally commissioned department responsible for delivering education and training to adults and young people over 16. CLS manages the Education & Skills Funding Agency (ESFA) Adult Skills Fund (ASF), Greater London Authority (GLA) budget, and ESFA 'Study Programme' courses for young people aged 16-19, including those not in education, employment, or training (NEET). These initiatives support the goals and objectives of Framing Kent's Future.

In response to the Skills for Jobs White Paper and its consultation outcomes, from 1st August 2024, the Department for Education (DfE)/ESFA Adult Education Budget has been restructured to become the Adult Skills Fund. This change introduces new 'Learning Aims' for CLS's £6.7m of 'Tailored Learning Funding', covering a wide range of vocational and essential skills courses designed to support learners in various stages of their educational and career journeys.

The changes have included redefining partner organisations who CLS have previously worked with in a 'partnership delivery' relationship, as sub-contractors 'By subcontracting we mean any delivery to a learner's programme of learning by a third party.'

KCC CLS are seeking to offer a flexible opportunity of externally Education and Skills Funding Agency (ESFA) provision for adults, to support both previously offered 'partnership' courses for niche provision such as for Deaf/deaf learners, and growth in vocational areas, that meet local labour market needs.

There is a recognised national shortage of staff with appropriate skills, experience and qualifications, especially to support for delivery in some vocational areas, which is now a focus of ESFA funding. Outsourcing delivery to appropriate partners would offer an opportunity to deliver, particularly where less than a full-time post is required i.e. whilst growing delivery in a new vocational area.

This tender process is to allow Tenderers to bid to join a Dynamic Purchasing System (DPS) and sign a contract with The Authority such that they can then be allocated work as the need arises.

The Dynamic Purchasing System is split into two (2) Lots which reflect the category of learner in receipt of education services.

Lot 1

Lot 1 relates to Skills programmes to be delivered to Adult Skills Fund Learners.

Adult Skills Fund Learners means learners who are eligible for funding pursuant to the Adult Skills Fund Rules. The Adult Skills Fund is the funding allocated to the Authority by the Education and Skills Funding Agency on behalf of the Department for Education for the provision of continuing learning programmes for adults.

Lot 2

Lot 2 relates to study programmes to be delivered to Study Programmes Fund Learners.

Study Programme Fund Learners means learners who are eligible for funding pursuant to the Study Programme Fund Rules. The Study Programme Fund is the funding allocated to the Council by the Education and Skills Funding Agency on behalf of the Department of Education for the provision of 16 to 19 study programmes for individuals who are NEET (Not in Education, Employment or Training) in accordance with the Study Programme Fund Rules.

It is the Authority's intention is to establish and begin awarding work for Lot 1 for Adult Skills Fund related study programmes from the commencement date of the contract.

As per Clause 3.3 of DPS Admission Agreement, the Authority reserves the right to vary the contract to introduce and establish Lot 2 for 16-19 aged children who are NEET (Not in Education, Employment or Training) and other vulnerable young people. For the avoidance of doubt, no Tenderer will be admitted to Lot 2 and/or allocated work in relation to Lot 2 until such time that the Authority, in its absolute discretion, elects to establish Lot 2.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Adult Skills Fund

Lot No

1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Kent

two.2.4) Description of the procurement

As Above

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Study Programmes

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

As per Clause 3.3 of DPS Admission Agreement, the Authority reserves the right to vary the contract to introduce and establish Lot 2 for 16-19 aged children who are NEET (Not in Education, Employment or Training) and other vulnerable young people. For the avoidance of doubt, no Tenderer will be admitted to Lot 2 and/or allocated work in relation to Lot 2 until such time that the Authority, in its absolute discretion, elects to establish Lot 2.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 November 2026

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Annually

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

To access this opportunity, please visit the Delta eSourcing portal at: To respond to this opportunity, please copy and paste the following URL into your web browser to access the opportunity:

https://www.kentbusinessportal.org.uk/respond/7G8J6U2E8S

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.

six.4) Procedures for review

six.4.1) Review body

Kent County Council

County Hall

Maidstone

ME14 1XQ

Country

United Kingdom