Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Kent County Council
County Hall
Maidstone
ME14 1XQ
UK
Contact person: Georgia Powell
E-mail: Georgia.Powell@kent.gov.uk
NUTS: UKJ4
Internet address(es)
Main address: http://www.kent.gov.uk
Address of the buyer profile: http://www.kent.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert/Index?advertId=321e5f6f-ee63-ec11-8110-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=321e5f6f-ee63-ec11-8110-005056b64545
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
KCC Non-Maintained and Independent Special Schools (NMISS) Placement Dynamic Purchasing System (DPS) - SC21032
Reference number: DN585611
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.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).
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
If a tenderer applies for Lot 2 and is unsuccessful they may be automatically admitted to Lot 1.
II.2) Description
Lot No: 1
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UK
II.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.
Tenderers are required to specify which lot they are bidding for in the Tender Questionnaire. If a tenderer who bids for Lot 2 is unsuccessful in meeting the criteria for Lot 2, they shall automatically be considered for Lot 1.
Providers admitted to Lot 1 may later apply to be admitted to Lot 2 by re-submitting a Tender once the DPS is live with updated information in order to meet the requirements for admission to Lot 2.
For further information on the future cohorts/rounds please visit the Kent Business Portal (https://www.kentbusinessportal.org.uk/) from 1st September 2022.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2022
End:
31/08/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
This DPS is being run under the Light Touch Regime, Chapter 3, regulations 73-76 of PCR 2015, please see the tender documents for further information.
Price is not the only award criterion and all criteria are stated only in the tender documents.
The Initial Term of the DPS is 36 months starting on 01/09/2022 with the option to extend until 31/08/2028.
Lot No: 2
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UK
II.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.
Tenderers are required to specify which lot they are bidding for in the Tender Questionnaire. If a tenderer who bids for Lot 2 is unsuccessful in meeting the criteria for Lot 2, they shall automatically be considered for Lot 1.
Providers admitted to Lot 1 may later apply to be admitted to Lot 2 by re-submitting a Tender once the DPS is live with updated information in order to meet the requirements for admission to Lot 2.
For further information on the future cohorts/rounds please visit the Kent Business Portal (https://www.kentbusinessportal.org.uk/) from 1st September 2022.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2022
End:
31/08/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
This DPS is being run under the Light Touch Regime, Chapter 3, regulations 73-76 of PCR 2015, please see the tender documents for further information.
Price is not the only award criterion and all criteria are stated only in the tender documents.
The Initial Term of the DPS is 36 months starting on 01/09/2022 with the option to extend until 31/08/2028.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/08/2028
Local time: 23:55
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Potential tenderers will be able to view all of the tender documents by registering on the Kent Business Portal, here: https://www.kentbusinessportal.org.uk/. Bidders can apply to join the DPS in the initial round opening on 17/1/22 and closing at 12:00 (noon) on 4/3/22 or at any time when the DPS is live from 1/9/2022 and can continue to do so throughout the duration of the DPS.
VI.4) Procedures for review
VI.4.1) Review body
Kent County Council
County Hall
Maidstone
ME14 1XQ
UK
VI.5) Date of dispatch of this notice
17/01/2022