Section one: Contracting authority
one.1) Name and addresses
Kent County Council
County Hall
Maidstone
ME14 1XQ
Contact
Miss Georgia Powell
Telephone
+44 3000413655
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Education
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
- UK - United Kingdom
two.2.4) Description of the procurement
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.
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
- UK - United Kingdom
two.2.4) Description of the procurement
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.
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-001313
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 August 2022
five.2.2) Information about tenders
Number of tenders received: 27
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Acorn Education and Care Services Ltd
Atria, Spa Road
Bolton
BL1 4AG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
ASD Learning Limited
42-46 Harmer Street
Gravesend
DA12 2AX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Aspris Children's Services Limited
The Forge, Church Street West
Woking
GU21 6HT
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Barnardo Services Limited
Barnardo House, Tanners Lane, Barkingside
Ilford
IG6 1QG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Compass Children's Homes Kent Limited
3 Rayns Way, Syston
Leicester
LE7 1PF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Pilgrims Corner Education Limited
The Buttery Highland Court Farm, Bridge
Canterbury
CT4 5HW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Carmichael Education Limited
37 St Margaret's Street
Canterbury
CT1 2TU
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Haven Nook Ltd
190 Billet Road
London
E17 5DX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Horizon Care and Education Group Limited
12 Venture House, Prospect Park, Longford Road
Cannock
WS11 0LG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Integrated Services Programme
Malvern View Saxon Business Park, Hanbury Road, Stoke Prior
Bromsgrove
B60 4AD
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Keefields Ltd
Bryant House, Bryant Road
Rochester
ME2 3EW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
L&P Educational Services Ltd
91 First Avenue
Gillingham
ME7 2LF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Little Acorns London Beach Farm Limited
B3 Kingfisher House, Team Valley, Gateshead
Tyne & Wear
NE11 0JQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
N R Education Ltd
The Street
Doddington
ME9 0BG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Options Autism Services Limited
Atria, Spa Road
Bolton
BL1 4AG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Ripplevale School Limited
4th Floor South, 14- 16 Waterloo Place
London
SW1Y 4AR
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Swaay Child and Adolescent Services Limited
591 London Road, Cheam
Sutton
SM3 9AG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
The Children's Trust
The Children’s Trust, Tadworth Court
Tadworth
KT20 5RU
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Trinity School Rochester Limited
5th Floor South, 14- 16 Waterloo Place
London
SW1Y 4AR
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)
Lowest offer: £1 / Highest offer: £50,000,000 taken into consideration
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
Telephone
+44 3000413655
Country
United Kingdom