Skip to main content
Tenders

Independent and Non-Maintained Special Schools (INMSS) Open Framework

Open
Deadline
157 days left
August 31, 2026
Contract Details
Category
Restricted Procedure
Reference
008594-2026
Value
£1,051,200,000
Location
Kent, United Kingdom
Published
March 19, 2026
Organization
CPV Code
Project Timeline

Tender Published

January 30, 2026

Deadline for Questions

August 24, 2026

Submission Deadline

August 31, 2026

Contract Start Date

August 31, 2026

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£1,051,200,000
Duration
48 months
Location
Kent
Type
Restricted Procedure
63
Quality Score/100
Good

Original Tender Description

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/

Risk Analysis

Please log in to use risk analysis.

Login

Win Strategy

Please log in to access winning strategy recommendations.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

21 requirements across 5 categories

Submission (9)
Mandatory (1)
Compliance (3)
Technical (7)
Financial (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.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

6 documents available with AI summaries

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.

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.

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.

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.

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.

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.

Documents Preview

Sign up to view document summaries and analysis

63
Good

Tender Quality Score

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.

Score Breakdown

Legal Compliance75/100

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.
Clarity65/100

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.
Completeness60/100

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.
Fairness65/100

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.
Practicality70/100

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.
Data Consistency40/100

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).
Sustainability50/100

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.

Strengths

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.

Concerns

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.

Recommendations

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.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

New Service

Want us to handle this tender?

Our procurement experts prepare everything. Proven to work — you review, approve, and submit.

~1hYour time only
80%+80%+
$0Upfront
See full comparison
Without TaaSWith TaaS
40-80 hrs
Preparation time
~1 hr
Your time only
15-25%
Average win rate
80%+
Win rate
Risk of errors
Manual review
Expert QA
Compliance check
You do all
Handle everything
We do all
End-to-end service
Let's Win This Tender
Pay only when you win · 400+ companies trust us
Or do it yourself

Add to Pipeline