Buyer Name: Kent County Council
Buyer Address: County Hall, Maidstone, UKJ45, ME14 1XQ, United Kingdom
Contact Email: sourcingsupportteam@kent.gov.uk
Buyer Name: Kent County Council
Buyer Address: County Hall, Maidstone, UKJ45, ME14 1XQ, United Kingdom
Contact Email: sourcingsupportteam@kent.gov.uk
Kent County Council (KCC) is establishing a new Independent and Non‑Maintained Special Schools (INMSS) Open Framework (reference CN260427) to replace the existing NMISS Dynamic Purchasing System when it expires on 31 August 2026. The Framework will support the placement of children and young people with Education, Health and Care Plans (EHCPs) whose needs cannot be met in mainstream or maintained special school settings, ensuring continuity of provision and compliance with the Procurement Act 2023. The Framework will commence on 1 September 2026 for an initial period of 4 years, with potential extensions up to another 4 years, and an estimated maximum total value of £876 million across the full term. It aims to improve outcomes, strengthen quality assurance, enhance pricing transparency, and secure better value for money while ensuring placements remain focused on children with the most complex needs. Provision under this Framework includes Independent Special Schools (both Section 41 and non‑Section 41) and Non‑Maintained Special Schools. Providers must be appropriately registered with Ofsted or the Independent Schools Inspectorate (ISI) and must meet statutory and contractual quality, safeguarding, and compliance requirements. The Framework uses a two‑lot structure: Lot A - Strategic Partners, for Tenderers meeting a higher quality threshold and capable of close strategic collaboration with KCC, including potential consideration for longer‑term arrangements such as block contracting. Lot B - Approved Providers, meeting the standard quality threshold. The procurement will be conducted via a Competitive Flexible Procedure, comprising a Conditions of Participation Stage followed by an Invitation to Tender for shortlisted providers. Quality evaluation thresholds will determine allocation to Lots. For full details, all suppliers must access the opportunity through the Kent Business Portal and download the complete document pack: https://www.kentbusinessportal.org.uk/
No linked documents found for this notice.
External Link: https://www.kentbusinessportal.org.uk/
External Link: https://www.kentbusinessportal.org.uk/respond/D2SK4KN582
External Link: https://www.find-tender.service.gov.uk/Notice/008594-2026
Link Description: Tender notice on Find a Tender
Lot Title: Strategic Partners
Lot Description: Tenderers achieving a high-quality threshold, expected to deliver consistently excellent outcomes and engage in strategic collaboration with the Council. This may include opportunities for longer term arrangements such as block contracting where appropriate.
Lot 1 Status: active
Lot 1 Value: GBP 876,000,000
Lot 1 Value (Gross): GBP 1,051,200,000
Lot 1 Contract Start: 2026-09-01T00:00:00+01:00
Lot 1 Contract End: 2030-08-31T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Specialist School
Lot 1 Award Criterion (quality): Curriculum
Lot 1 Award Criterion (quality): Attendance/Placement Stability
Lot 1 Award Criterion (quality): Outcomes
Lot 1 Award Criterion (quality): Governance
Lot 1 Award Criterion (quality): Safeguarding Compliance & Behaviour Management
Lot 1 Award Criterion (quality): Environmental/Social Value
Lot Title: Approved Providers
Lot Description: Tenderers meeting a moderate quality threshold offering suitable provision with potential for development and improvement.
Lot B Status: active
Lot B Value: GBP 876,000,000
Lot B Value (Gross): GBP 1,051,200,000
Lot B Contract Start: 2026-09-01T00:00:00+01:00
Lot B Contract End: 2030-08-31T23:59:59+01:00
Lot B SME Suitable: Yes
Lot B Award Criterion (quality): Specialist School
Lot B Award Criterion (quality): Curriculum
Lot B Award Criterion (quality): Attendance/Placement Stability
Lot B Award Criterion (quality): Outcomes
Lot B Award Criterion (quality): Governance
Lot B Award Criterion (quality): Safeguarding Compliance & Behaviour Management
Lot B Award Criterion (quality): Environmental/Social Value
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PLDL-8938-YGYW",
"name": "Kent County Council"
},
"date": "2026-01-30T15:39:19Z",
"id": "008594-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-051257",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Maidstone",
"postalCode": "ME14 1XQ",
"region": "UKJ45",
"streetAddress": "County Hall"
},
"contactPoint": {
"email": "sourcingsupportteam@kent.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.kent.gov.uk/"
},
"id": "GB-PPON-PLDL-8938-YGYW",
"identifier": {
"id": "PLDL-8938-YGYW",
"scheme": "GB-PPON"
},
"name": "Kent County Council",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-06-23T23:59:59+01:00"
},
"coveredBy": [
"GPA"
],
"description": "Kent County Council (KCC) is establishing a new Independent and Non\u2011Maintained Special Schools (INMSS) Open Framework (reference CN260427) to replace the existing NMISS Dynamic Purchasing System when it expires on 31 August 2026. The Framework will support the placement of children and young people with Education, Health and Care Plans (EHCPs) whose needs cannot be met in mainstream or maintained special school settings, ensuring continuity of provision and compliance with the Procurement Act 2023.\nThe Framework will commence on 1 September 2026 for an initial period of 4 years, with potential extensions up to another 4 years, and an estimated maximum total value of \u00a3876 million across the full term. It aims to improve outcomes, strengthen quality assurance, enhance pricing transparency, and secure better value for money while ensuring placements remain focused on children with the most complex needs.\nProvision under this Framework includes Independent Special Schools (both Section 41 and non\u2011Section 41) and Non\u2011Maintained Special Schools. Providers must be appropriately registered with Ofsted or the Independent Schools Inspectorate (ISI) and must meet statutory and contractual quality, safeguarding, and compliance requirements. \nThe Framework uses a two\u2011lot structure:\nLot A - Strategic Partners, for Tenderers meeting a higher quality threshold and capable of close strategic collaboration with KCC, including potential consideration for longer\u2011term arrangements such as block contracting.\nLot B - Approved Providers, meeting the standard quality threshold.\nThe procurement will be conducted via a Competitive Flexible Procedure, comprising a Conditions of Participation Stage followed by an Invitation to Tender for shortlisted providers. Quality evaluation thresholds will determine allocation to Lots.\nFor full details, all suppliers must access the opportunity through the Kent Business Portal and download the complete document pack: https://www.kentbusinessportal.org.uk/",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"documentType": "biddingDocuments",
"id": "L-1",
"url": "https://www.kentbusinessportal.org.uk/"
},
{
"documentType": "biddingDocuments",
"id": "L-2",
"url": "https://www.kentbusinessportal.org.uk/respond/D2SK4KN582"
},
{
"datePublished": "2026-01-30T15:39:19Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "008594-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/008594-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-02-13T23:59:59Z"
},
"expressionOfInterestDeadline": "2026-02-20T12:00:00Z",
"id": "CN260427",
"items": [
{
"additionalClassifications": [
{
"description": "Primary education services",
"id": "80100000",
"scheme": "CPV"
},
{
"description": "Secondary education services",
"id": "80200000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ4"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Primary education services",
"id": "80100000",
"scheme": "CPV"
},
{
"description": "Secondary education services",
"id": "80200000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ4"
}
],
"id": "B",
"relatedLot": "B"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Specialist School",
"type": "quality"
},
{
"name": "Curriculum",
"type": "quality"
},
{
"name": "Attendance/Placement Stability",
"type": "quality"
},
{
"name": "Outcomes",
"type": "quality"
},
{
"name": "Governance",
"type": "quality"
},
{
"name": "Safeguarding Compliance \u0026 Behaviour Management",
"type": "quality"
},
{
"name": "Environmental/Social Value",
"type": "quality"
}
],
"weightingDescription": "We have a minimum quality threshold for each Lot. All bidders who meet this threshold (and pass all due diligence checks) may be awarded a place on the Open Framework."
},
"contractPeriod": {
"endDate": "2030-08-31T23:59:59+01:00",
"maxExtentDate": "2034-08-31T23:59:59+01:00",
"startDate": "2026-09-01T00:00:00+01:00"
},
"description": "Tenderers achieving a high-quality threshold, expected to deliver consistently excellent outcomes and engage in strategic collaboration with the Council. This may include opportunities for longer term arrangements such as block contracting where appropriate.",
"hasRenewal": true,
"id": "1",
"identifiers": [
{
"id": "A"
}
],
"renewal": {
"description": "A possibility for four possible contract extension of up to 4 year(s) (12 months each)"
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Strategic Partners",
"value": {
"amount": 876000000,
"amountGross": 1051200000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Specialist School",
"type": "quality"
},
{
"name": "Curriculum",
"type": "quality"
},
{
"name": "Attendance/Placement Stability",
"type": "quality"
},
{
"name": "Outcomes",
"type": "quality"
},
{
"name": "Governance",
"type": "quality"
},
{
"name": "Safeguarding Compliance \u0026 Behaviour Management",
"type": "quality"
},
{
"name": "Environmental/Social Value",
"type": "quality"
}
],
"weightingDescription": "We have a minimum quality threshold for each Lot. All bidders who meet this threshold (and pass all due diligence checks) may be awarded a place on the Open Framework."
},
"contractPeriod": {
"endDate": "2030-08-31T23:59:59+01:00",
"maxExtentDate": "2034-08-31T23:59:59+01:00",
"startDate": "2026-09-01T00:00:00+01:00"
},
"description": "Tenderers meeting a moderate quality threshold offering suitable provision with potential for development and improvement.",
"hasRenewal": true,
"id": "B",
"renewal": {
"description": "A possibility for four possible contract extension of up to 4 year(s) (12 months each)"
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Approved Providers",
"value": {
"amount": 876000000,
"amountGross": 1051200000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "The procurement process the Council is undertaking to procure the required services is a Competitive Flexible Procedure, as permitted under Section 20 of the Procurement Act 2023. the Council may hereon refer to this planned Competitive Flexible Procedure as a \u0027Traditional Negotiated\u0027 Procedure. \nThe process will consist of multiple stages as follow:\n1. Conditions of Participation Stage \n2. Invitation to Tender (ITT) - Tender Questionnaire \n3. Site Visits \n4. Optional Negotiation Stage \n5. Contract Award (including verification of Self-Certifications) \nPlease see the Invitation to Conditions of Participation Stage document for further details."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"specialRegime": [
"lightTouch"
],
"status": "active",
"submissionMethodDetails": "https://www.kentbusinessportal.org.uk/\nTo respond to this opportunity, please use the access code: D2SK4KN582 or use the following link: https://www.kentbusinessportal.org.uk/respond/D2SK4KN582",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"description": "Please see Pricing Guidance in the Invitation to Tender (ITT) pack and the Call-Off Process as described in the Open Framework Agreement Pack.",
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"openFrameworkSchemeEndDate": "2034-08-31T23:59:59+01:00",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"title": "Independent and Non-Maintained Special Schools (INMSS) Open Framework",
"value": {
"amount": 876000000,
"amountGross": 1051200000,
"currency": "GBP"
}
}
}