Contract

KCC Non-Maintained and Independent Special Schools (NMISS) Placement Dynamic Purchasing System (DPS) - SC21032

  • Kent County Council

F03: Contract award notice

Notice identifier: 2024/S 000-016368

Procurement identifier (OCID): ocds-h6vhtk-030bba

Published 23 May 2024, 4:20pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

County Hall

Maidstone

ME14 1XQ

Contact

Mr Jamie Brooks

Email

jamie.brooks@kent.gov.uk

Telephone

+44 3000419430

Country

United Kingdom

Region code

UKJ4 - Kent

Internet address(es)

Main address

http://www.kent.gov.uk

Buyer's address

https://www.kentbusinessportal.org.uk/?OpenDocument&contentid=1.001

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

County Council


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

KCC Non-Maintained and Independent Special Schools (NMISS) Placement Dynamic Purchasing System (DPS) - SC21032

Reference number

DN585611

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short 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).

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £50,000,000

two.2) Description

two.2.1) Title

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

two.2.4) Description of the procurement

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).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

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

two.2) Description

two.2.1) Title

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

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).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

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

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-001313


Section five. Award of contract

Contract No

SC21032

Lot No

1

Title

KCC Non-Maintained and Independent Special Schools (NMISS) Placement Dynamic Purchasing System (DPS) Lot 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 January 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Atrium Education Limited

Newingate School, 48 New Dover Road

Canterbury

CT1 3DT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £50,000,000


Section five. Award of contract

Contract No

SC21032

Lot No

2

Title

KCC Non-Maintained and Independent Special Schools (NMISS) Placement Dynamic Purchasing System (DPS) Lot 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 January 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Chailey Heritage Foundation

Chailey Heritage Foundation, Haywards Heath Road

Lewes

BN8 4EF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £50,000,000


Section six. Complementary information

six.3) Additional information

Please note that whilst the restricted procedure is listed in question IV 1.1, this was in fact a

procedure undertaken using the Light Touch Regime, as set out in Chapter 3 Regulations

74-77 of The Public Contracts Regulations 2015 (PCR15) and associated guidance. The

process was tailored to meet the needs of Kent County Council and was a variation of a

competitive procedure with negotiation incorporating elements of that process and the

restricted process.

six.4) Procedures for review

six.4.1) Review body

Kent County Council

County Hall

Maidstone

ME14 1XQ

Country

United Kingdom