Skip to main content
Vil du afgive tilbud på offentlige udbud? Se vores TaaS-service til forberedelse af udbud
Udbud

Uafhængige og Ikke-Vedligeholdte Specialskoler (INMSS) Rammeaftale

Åben
Frist
149 dage tilbage
August 31, 2026
Kontrakt detaljer
Kategori
Restricted Procedure
Reference
008594-2026
Værdi
£1,051,200,000
Lokation
Kent, Storbritannien
Udgivet
Marts 28, 2026
Organisation
CPV-kode
Projekttidslinje

Udbud offentliggjort

Januar 30, 2026

Frist for spørgsmål

August 24, 2026

Frist for tilbud

August 31, 2026

Kontraktens startdato

August 31, 2026

OrdregiverindsigtPRO
🔒
Lås op for ordregiverindsigt
Se forbrugsmønstre, foretrukne procedurer og mere.
Opgrader til Professionel →
Budget
£1,051,200,000
Varighed
48 måneder
Lokation
Kent
Type
Restricted Procedure
63
Kvalitetsscore/100
God

Original udbudsbeskrivelse

Kent County Council (KCC) etablerer en ny Rammeaftale for Uafhængige og Ikke-Vedligeholdte Specialskoler (INMSS) (reference CN260427) til erstatning for det eksisterende Dynamiske Indkøbssystem NMISS, når det udløber den 31. august 2026. Rammeaftalen vil understøtte placering af børn og unge med Uddannelses-, Sundheds- og Omsorgsplaner (EHCP'er), hvis behov ikke kan opfyldes i almindelige skoler eller vedligeholdte specialskoler, hvilket sikrer kontinuitet i tilbuddet og overholdelse af Procurement Act 2023. Rammeaftalen træder i kraft den 1. september 2026 for en indledende periode på 4 år, med potentielle forlængelser op til yderligere 4 år, og en anslået maksimal samlet værdi på £876 millioner over hele perioden. Den sigter mod at forbedre resultater, styrke kvalitetssikring, øge prisgennemsigtighed og sikre bedre værdi for pengene, samtidig med at placeringer fortsat fokuserer på børn med de mest komplekse behov. Tilbuddet under denne Rammeaftale omfatter Uafhængige Specialskoler (både Sektion 41 og ikke-Sektion 41) og Ikke-Vedligeholdte Specialskoler. Udbydere skal være behørigt registreret hos Ofsted eller Independent Schools Inspectorate (ISI) og skal opfylde lovmæssige og kontraktuelle krav til kvalitet, beskyttelse og overholdelse. Rammeaftalen anvender en to-lottet struktur: Lot A - Strategiske Partnere, for Tilbudsgivere, der opfylder en højere kvalitetsgrænse og er i stand til tæt strategisk samarbejde med KCC, herunder potentiel overvejelse af længerevarende aftaler som blokkontrakter. Lot B - Godkendte Udbydere, der opfylder standard kvalitetsgrænse. Udbuddet vil blive gennemført via en Konkurrencepræget Fleksibel Procedure, der omfatter en Fase for Deltagelsesbetingelser efterfulgt af en Invitation til Tilbudsgivning for udvalgte tilbudsgivere. Kvalitetsevalueringsgrænser vil bestemme allokeringen til Lottet. For fulde detaljer skal alle leverandører tilgå muligheden via Kent Business Portal og downloade den komplette dokumentpakke: https://www.kentbusinessportal.org.uk/

Risikoanalyse

Risikoanalyse er endnu ikke tilgængelig for dette lands udbud. Understøttede lande i øjeblikket: Estland, Polen, Litauen og Letland.

Vinderstrategi

Få en AI-drevet vinderstrategi skræddersyet til dette udbud. Inkluderer sandsynlighedsscore for at vinde, vigtige muligheder og udfordringer, anbefalede fokusområder for tilbuddet, indsigt i konkurrencepositionering og handlingsrettede anbefalinger for at maksimere dine chancer.

Log ind

Konkurrenter

Opgrader for at se, hvilke virksomheder der sandsynligvis vil afgive tilbud på dette udbud, baseret på historiske indkøbsdata.

Log ind

Krav og kvalifikationer

21 krav på tværs af 5 kategorier

Indsendelse (9)
Obligatorisk (1)
Overholdelse (3)
Teknisk (7)
Finansiel (1)
SUBMISSION REQUIREMENTS9
--Suppliers must register on the Kent Business e-Sourcing Portal.
--Suppliers must access the opportunity through the Kent Business Portal.
--Suppliers must download the complete document pack from the Kent Business Portal.
MANDATORY EXCLUSION GROUNDS1
--Not explicitly mentioned in the provided summaries. Bidders should refer to the full tender documents for specific mandatory exclusion grounds.
ELIGIBILITY REQUIREMENTS3
--Must be an Independent Special School (including Section 41 and non-Section 41 schools) or a Non-Maintained Special School.
--Must be appropriately registered with Ofsted or the Independent Schools Inspectorate (ISI).
--Must be capable of providing education for children and young people with Education, Health and Care Plans (EHCPs) whose needs cannot be met in mainstream or maintained special school settings.
TECHNICAL CAPABILITY REQUIREMENTS7
--Must meet statutory and contractual quality requirements.
--Must meet statutory and contractual safeguarding requirements.
--Must meet statutory and contractual compliance requirements.
FINANCIAL REQUIREMENTS1
--Not explicitly mentioned in the provided summaries. Bidders should refer to the full tender documents for specific financial requirements, such as turnover or solvency criteria.

Forhåndsvisning af Krav

Tilmeld dig for at se komplette krav og analyser

Dokumenter

6 dokumenter tilgængelige med AI-resuméer

Lot L-1HTM
L-1.html

This document serves as a welcome and guide to the Kent Business e-Sourcing Portal, explaining how suppliers can register, find procurement opportunities, and receive tender notifications.

Vis
Lot L-2HTM
L-2.html

Kent County Council is establishing an £876 million, 8-year framework for Independent and Non-Maintained Special Schools to provide education for children with complex needs, featuring two quality-based lots for strategic partners and approved providers.

Vis
OCDS RecordDOC
008594-2026_ocds_record.json

Kent County Council is establishing an £876 million Open Framework for Independent and Non-Maintained Special Schools, commencing September 2026, to provide placements for children with EHCPs, requiring Ofsted/ISI registered providers for two lots: Strategic Partners and Approved Providers.

Vis
OCDS Release PackageDOC
008594-2026_ocds_release.json

This OCDS data package provides structured information about Kent County Council's £876 million framework for Independent and Non-Maintained Special Schools, outlining the procurement process, two-lot structure, and registration requirements for providers.

Vis
Official PDF VersionPDF
008594-2026_official.pdf

Kent County Council is establishing an £876 million Open Framework for Independent and Non-Maintained Special Schools to provide placements for children with EHCPs, structured into two lots (Strategic Partners and Approved Providers), with full details available on the Kent Business Portal.

Vis
Tender NoticeHTM
008594-2026.html

Kent County Council is establishing an £876 million framework for Independent and Non-Maintained Special Schools to provide placements for children with complex EHCPs, requiring Ofsted/ISI registered providers to apply through a two-stage competitive process for either Strategic Partner or Approved Provider lots.

Vis

Forhåndsvisning af Dokumenter

Tilmeld dig for at se dokumentresuméer og analyser

63
God

Udbudskvalitetsscore

This tender presents a clear purpose and supports e-procurement, but its quality is diminished by significant inconsistencies in dates and values, and a lack of explicit evaluation criteria. While compliant with national law, critical details require external portal access.

Scoreopdeling

Overholdelse af lovgivning75/100

The tender clearly defines the procedure type and complies with the UK Procurement Act 2023, which is a strong positive. CPV codes are appropriate, and no disputes are noted. However, there are ambiguities regarding the actual submission deadline for the Conditions of Participation stage and some empty codes for tender type/procedure, posing minor legal risks.

Ambiguity regarding the actual submission deadline for the Conditions of Participation stage.
Empty codes for 'Type' and 'Procedure' fields.
Klarhed65/100

The framework's purpose, structure (two lots), and general process are clearly described. Eligibility and technical requirements are well-articulated for what is provided. However, the absence of explicit evaluation criteria is a significant clarity gap, and the submission deadline ambiguity further reduces overall understanding.

No explicit evaluation criteria specified in the provided summary.
Ambiguity regarding the actual submission deadline.
Fuldstændighed60/100

Basic information such as title, organization, value, and initial duration is provided. However, critical details like specific evaluation criteria, comprehensive financial requirements, and full mandatory exclusion grounds are not explicitly present in the provided summaries. There are also inconsistencies in key dates and the estimated value.

Missing specific evaluation criteria.
Financial requirements not explicitly detailed in the provided summary.
Retfærdighed65/100

Full document access is provided via a dedicated e-procurement portal, the value is disclosed, and requirements appear generic and not tailored. However, the lack of explicit evaluation criteria significantly impacts transparency and objectivity, which are fundamental to fairness. The ambiguity of the submission deadline also poses a fairness concern.

No explicit evaluation criteria specified, impacting transparency and objectivity.
Ambiguity regarding the actual submission deadline.
Praktisk anvendelighed70/100

Electronic submission is supported, and a direct URL to the procurement portal is provided, enhancing accessibility. Financing information and duration are specified. However, inconsistencies in the contract start date and submission deadline create practical planning challenges for potential bidders.

Inconsistent contract start date.
Ambiguity regarding the actual submission deadline.
Datakonsistens40/100

There are significant inconsistencies in key data fields, including the submission deadline, contract start date, and the estimated value (EUR vs GBP). Additionally, some key fields like 'Type' and 'Procedure' codes are empty. These discrepancies can lead to confusion and potential misinterpretations.

Inconsistent submission deadline (2026-08-31 vs 2026-09-01).
Inconsistent contract start date (2026-08-31 vs 2026-09-01).
Bæredygtighed50/100

While the core service addresses a significant social need (education for children with complex EHCPs), the tender documentation does not explicitly integrate broader sustainability criteria, such as environmental considerations, wider social value clauses, or innovation focus, into the procurement process or evaluation.

No explicit green procurement criteria.
No explicit broader social aspects beyond the core service.

Styrker

Clear description of the framework's purpose and structure.
Compliance with the new UK Procurement Act 2023.
Full document access via a dedicated e-procurement portal.
Value disclosed and e-submission supported.
Eligibility and technical requirements (for what's provided) are clear and appear generic.

Bekymringer

Lack of explicit evaluation criteria in the provided summary, impacting clarity and fairness.
Significant inconsistencies in key dates (submission deadline, contract start) and estimated value (EUR vs GBP).
Financial requirements and mandatory exclusion grounds not explicitly detailed in the summary.
Reliance on external portal for fundamental tender details, rather than comprehensive initial notice.
Limited explicit integration of broader sustainability (environmental, social value, innovation) criteria.

Anbefalinger

1. Ensure all key dates (submission deadlines for each stage, contract start) and financial values are consistent across all tender documents and notices.
2. Provide explicit and detailed evaluation criteria for both the Conditions of Participation stage and the Invitation to Tender stage, including weighting, to enhance clarity and fairness.
3. Include comprehensive details on financial requirements and mandatory exclusion grounds in the main tender notice or a clearly referenced primary document.

Forhåndsvisning af AI-scoring

Tilmeld dig for at se komplette krav og analyser

Komplet analyse af kvalitetsscore
Detaljeret opdeling af underscores
Indsigter i styrker og bekymringer
Strategiske anbefalinger

Intet kreditkort krævet • Opsætning på 2 minutter

Ny service

Vil du have os til at håndtere dette udbud?

Vores udbudseksperter forbereder alt. Det virker – du gennemgår, godkender og indsender.

~1hDin tid kun
80%+80%+
$0Forudbetaling
Se fuld sammenligning
Uden TaaSMed TaaS
40-80 timer
Forberedelsestid
~1 time
Din tid kun
15-25%
Gennemsnitlig vinderate
80%+
Vinderate
Risiko for fejl
Manuel gennemgang
Ekspert QA
Overholdelsestjek
Du gør alt
Håndter alt
Vi gør alt
End-to-end service
Lad os vinde dette udbud
Betal kun, når du vinder · 400+ virksomheder stoler på os
Eller gør det selv

Tilføj til pipeline