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

A Tender Notice
by KENT COUNTY COUNCIL

Source
Contracts Finder
Type
Contract (Services)
Duration
6 year
Value
___
Sector
PROFESSIONAL
Published
01 Mar 2022
Delivery
01 Sep 2022 to 31 Aug 2028
Deadline
01 Apr 2022 23:59

Concepts

Location

Geochart for 1 buyers and 0 suppliers

1 buyer

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).

CPV Codes

  • 80000000 - Education and training services

Indicators

  • Contract is suitable for SMEs.
  • Contract is suitable for VCOs.

Other Information

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. Page 5 to 10 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.

Reference

Domains