Section one: Contracting authority
one.1) Name and addresses
Kent County Council
Sessions House
Maidstone
ME14 1XQ
Contact
Ms Amy Merritt
Country
United Kingdom
NUTS code
UKJ4 - Kent
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Inclusion Leadership Service
Reference number
DN535053
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
Kent County Council is looking for an organisation or consortium of organisations to deliver a programme of Inclusion Leadership training and support for school leaders of mainstream primary and secondary schools in Kent. The aim will be to facilitate opportunities for collaborative working between schools in order to review and strengthen their approaches to the inclusion of pupils with Special Educational Needs and/or Disabilities (SEND).
The long-term aims of the service will be to improve a range of outcomes for children and young people with SEND in participating mainstream schools, through providing targeted development opportunities for school leaders that will in turn influence the culture and practices of schools.
The service model will bring together three interconnected strands of activity which will together enable a school-to-school support network, focussed on inclusion:
• A model for Inclusion Peer Review Clusters.
• Design and delivery of Inclusion Leadership Development Programmes for school leaders.
• Training and deployment of 10 x local Inclusion Leaders of Education (ILEs) to facilitate the Clusters and support peer review activity.
It is KCC's intention to award the contract for up to 3 years, to begin in September 2021. The maximum contract value over the contract lifetime will be £800,000.
The procurement process is being conducted in accordance with the Light Touch Regime as it involves the purchase of educational and training services which are included in Schedule 3 of The Public Contracts Regulations 2015. This is therefore a bespoke procurement process, that has been tailored to meet the specific requirements of the Inclusion Leadership Service, and full details are set out in the Invitation to Tender document. Tenderers are asked to return their initial tenders as detailed in the Invitation to Tender by 12.00 (midday) on the 29th April 2021.
two.1.5) Estimated total value
Value excluding VAT: £800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80100000 - Primary education services
- 80200000 - Secondary education services
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Kent County Council is looking for an organisation or consortium of organisations to deliver a programme of Inclusion Leadership training and support for school leaders of mainstream primary and secondary schools in Kent. The aim will be to facilitate opportunities for collaborative working between schools in order to review and strengthen their approaches to the inclusion of pupils with Special Educational Needs and/or Disabilities (SEND).
The long-term aims of the service will be to improve a range of outcomes for children and young people with SEND in participating mainstream schools, through providing targeted development opportunities for school leaders that will in turn influence the culture and practices of schools. These long-term aims are supported by the following short-term outcomes for the service:
• School leaders are able to critically review and improve inclusive practice within their own settings through effective peer-review.
• School leaders have improved knowledge, skills and confidence in implementing inclusive practices within their setting through participating in Inclusion Leadership Development Programmes.
• Inclusion Leaders of Education are appropriately trained and effectively deployed to provide expert facilitation of Inclusion Peer Review Clusters and disseminate best practice across settings.
In order to achieve these outcomes, the service model will bring together three interconnected strands of activity which will together enable a school-to-school support network, focussed on inclusion:
• A model for Inclusion Peer Review Clusters, each comprising of up to 6 school leaders, to reach a minimum target of supporting 360 schools during the contract lifetime to undertake an Inclusion Peer Review and implement a subsequent action plan.
• Design and delivery of Inclusion Leadership Development Programmes for school leaders at two levels: Middle/ Senior leaders and Headteachers / Executive Headteachers (with the target of at least 1 Headteacher / Executive Headteacher from every school / Trust and 1 senior leader from every school to have completed a Development Programme by the end of the contract).
• Training and deployment of 10 x local Inclusion Leaders of Education (ILEs) to facilitate the Clusters and support peer review activity.
It is KCC's intention to award the contract for up to 3 years, to begin in September 2021. The maximum contract value over the contract lifetime will be £800,000.
The procurement process is being conducted in accordance with the Light Touch Regime as it involves the purchase of educational and training services which are included in Schedule 3 of The Public Contracts Regulations 2015. This is therefore a bespoke procurement process, that has been tailored to meet the specific requirements of the Inclusion Leadership Service, and full details are set out in the Invitation to Tender document. Tenderers are asked to return their initial tenders as detailed in the Invitation to Tender by 12.00 (midday) on the 29th April 2021.
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: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
29 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
29 April 2021
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The procurement process is being conducted in accordance with the Light Touch Regime as it involves the purchase of educational and training services which are included in Schedule 3 of The Public Contracts Regulations 2015. This is therefore a bespoke procurement process, with an optional negotiation period, that has been tailored to meet the specific requirements of the Inclusion Leadership Service. Full details of the proposed procurement process, procedure for selecting suppliers to take part in negotiation and award criteria are set out in full in the Invitation to Tender documents. Tenderers are asked to return their initial tenders as detailed in the Invitation to Tender by 12.00 (midday) on the 29th April 2021.
Tenderers should note that the service requirements outlined in the Service Specification, Invitation to Tender (ITT) and accompanying documents represent KCC’s initial requirement at this stage. Tenderers should complete their response against these requirements, and the KCC Standard Terms and Conditions (Part 7) in their initial bids. If KCC chooses to negotiate, then the final requirement will be confirmed following negotiation and a final revised ITT, Specification and proposed Payment Schedule and Contract Management Schedule will be issued at that stage to the shortlisted providers, who will be invited to submit their bids again (for further details please refer to the ITT document). If KCC does not choose to negotiate, then the requirement will remain as it is in the current form.
six.4) Procedures for review
six.4.1) Review body
Kent County Council
County Hall, Sessions House
Maidstone
ME14 1XQ
Country
United Kingdom