Contract

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

  • Kent County Council

F03: Contract award notice

Notice identifier: 2023/S 000-024340

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

Published 18 August 2023, 1:27pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

County Hall

Maidstone

ME14 1XQ

Contact

Miss Georgia Powell

Email

Georgia.Powell@kent.gov.uk

Telephone

+44 3000413655

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.kent.gov.uk

Buyer's address

http://www.kent.gov.uk

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

Email

georgia.powell@kent.gov.uk

Telephone

+44 3000413655

Country

United Kingdom