Skip to main content.

Kent County Council: SS15 124 Home to School Transport - DPS

  Kent County Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: SS15 124 Home to School Transport - DPS
Notice type: Contract Notice
Authority: Kent County Council
Nature of contract: Services
Procedure: Restricted
Short Description: Kent County Council (the Council) is the largest local council in England covering an area of 3,500 square kilometres. It has an annual expenditure of over £1.6bn on goods and services and a population of 1.8m. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with 12 district councils and over 300 parish/town councils. The Council procures and manages transport for children/ students with special educational needs in line with the requirements placed on it by Government, through the home to school statutory guidance: www.gov.uk/government/uploads/system/uploads/attachment_data/file/445407/Home_to_School_Travel_and_Transport_Guidance.pdf The Council established this Dynamic Purchasing System (DPS) to tender for Home to School transport and a wide range of social care transport requirements. The Supplier will be required to deliver children/students to school in a safe and efficient manner, ensuring they are ready for learning. They will be expected to deliver them home at the end of the day, in a safe and efficient manner. The Supplier will also be expected to embed a pro-active communication process which takes into account the requirements of the Council, school and the parents/guardians of the individual client. Whether a child attending school or a child requiring transport these children may have conditions covering: -Learning difficulties; -Mental health conditions; -Behavioural, emotional and social difficulties; -Speech, language and communication difficulties; -Autistic spectrum disorder; -Visual impairment; -Hearing impairment; -Multi-sensory impairment; -Physical disability; and, -Hidden disability. This requirement looks to source transportation services from the commercial market to provide transport into the selected schools. The suppliers will be required to provide: vehicles, drivers & passenger assistants to transport students to these schools ensuring that the vehicles and level of care meet the individual needs of each passenger as identified within the terms and conditions of contract, tender specification which will include appropriate safeguarding requirements. Further details of the full scope and specific requirements will be provided within the tender documentation issued under this DPS. Further background and technical information can be found within the tender documentation. This Dynamic Purchasing System (DPS) was originally established in 2016, with a start date of 01 November 2016. Due to the lack of viable alternatives provided by the Procurement Act 2023 (PA23) and in line with the transition arrangements, the Council is extending the 'Supported Local Bus and Home to School Transport Services' DPS period of validity - in accordance with Regulation 28(1)(a) of the Public Contracts Regulations 2015 - from 01 November 2026 to 23 February 2029, to ensure continuity of service. All other terms and conditions of the DPS remain unchanged. This Dynamic Purchasing System has an estimated total value of £750 million, covering the period from its establishment in 2016 through to the end of its period of validity.
Published: 17/12/2025 13:29
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-Maidstone: Transport services (excl. Waste transport).
Section I: Contracting Authority
      I.1) Name and addresses
             Kent County Council
             Kent County Council | Sessions House, Maidstone, Maidstone, ME14 1XQ, United Kingdom
             Tel. +44 3000414141, Email: Compliance.publictransport@kent.gov.uk
             Main Address: www.kent.gov.uk
             NUTS Code: UKJ4
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.kentbusinessportal.org.uk/tenders/UK-Maidstone:-Transport-services-%28excl.-Waste-transport%29./6AW23S749Y
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.kentbusinessportal.org.uk/respond/6AW23S749Y to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: SS15 124 Home to School Transport - DPS       
      Reference Number: SS15 124
      II.1.2) Main CPV Code:
      60000000 - Transport services (excl. Waste transport).

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Kent County Council (the Council) is the largest local council in England covering an area of 3,500 square kilometres. It has an annual expenditure of over £1.6bn on goods and services and a population of 1.8m. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with 12 district councils and over 300 parish/town councils.

The Council procures and manages transport for children/ students with special educational needs in line with the requirements placed on it by Government, through the home to school statutory guidance: www.gov.uk/government/uploads/system/uploads/attachment_data/file/445407/Home_to_School_Travel_and_Transport_Guidance.pdf

The Council established this Dynamic Purchasing System (DPS) to tender for Home to School transport and a wide range of social care transport requirements.

The Supplier will be required to deliver children/students to school in a safe and efficient manner, ensuring they are ready for learning. They will be expected to deliver them home at the end of the day, in a safe and efficient manner. The Supplier will also be expected to embed a pro-active communication process which takes into account the requirements of the Council, school and the parents/guardians of the individual client.

Whether a child attending school or a child requiring transport these children may have conditions covering:
-Learning difficulties;
-Mental health conditions;
-Behavioural, emotional and social difficulties;
-Speech, language and communication difficulties;
-Autistic spectrum disorder;
-Visual impairment;
-Hearing impairment;
-Multi-sensory impairment;
-Physical disability; and,
-Hidden disability.

This requirement looks to source transportation services from the commercial market to provide transport into the selected schools. The suppliers will be required to provide: vehicles, drivers & passenger assistants to transport students to these schools ensuring that the vehicles and level of care meet the individual needs of each passenger as identified within the terms and conditions of contract, tender specification which will include appropriate safeguarding requirements.

Further details of the full scope and specific requirements will be provided within the tender documentation issued under this DPS. Further background and technical information can be found within the tender documentation.

This Dynamic Purchasing System (DPS) was originally established in 2016, with a start date of 01 November 2016. Due to the lack of viable alternatives provided by the Procurement Act 2023 (PA23) and in line with the transition arrangements, the Council is extending the 'Supported Local Bus and Home to School Transport Services' DPS period of validity - in accordance with Regulation 28(1)(a) of the Public Contracts Regulations 2015 - from 01 November 2026 to 23 February 2029, to ensure continuity of service. All other terms and conditions of the DPS remain unchanged.

This Dynamic Purchasing System has an estimated total value of £750 million, covering the period from its establishment in 2016 through to the end of its period of validity.       
      II.1.5) Estimated total value:
      Value excluding VAT: 750,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKJ4 Kent
      
      II.2.4) Description of procurement: The Council established this Dynamic Purchasing System (DPS) to tender a variety of transport requirements, as detailed in section II.I.4. This notice serves as notification of the extension to the "SS15124 Home to School Transport" DPS period of validity to 23 February 2029.

Suppliers may apply at any time during the DPS validity period, provided they meet the selection criteria. The DPS will remain open for new suppliers throughout its validity in accordance with Regulation 34 of the Public Contracts Regulations 2015.

Applicants must meet and continue to meet the Council's minimum standards as defined in this document. Successful applicants will have equal standing with existing DPS members, and unsuccessful applicants may reapply at any time during the DPS validity period. Minimum time limits for tenders under the DPS will be specified in each individual Invitation to Tender (ITT).

Suppliers can access the 'SS15124 Home to School Transport Dynamic Purchasing System' by visiting: www.kentbusinessportal.org.uk or via the links provided.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 750,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 17/12/2025 / End: 23/02/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.kentbusinessportal.org.uk/respond/6AW23S749Y       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system          
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 21/02/2029
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic
operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on
the criteria set out for the procurement.The contracting authority considers this contract suitable for small and medium-sized enterprises (SMEs). However, the selection of tenderers will be based exclusively on the criteria specified in the tender documentation.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.kentbusinessportal.org.uk/tenders/UK-UK-Maidstone:-Transport-services-%28excl.-Waste-transport%29./6AW23S749Y

To respond to this opportunity, please click here:
https://www.kentbusinessportal.org.uk/respond/6AW23S749Y
   VI.4) Procedures for review
   VI.4.1) Review body:
             Kent County Council
       County Hall, Madistone, ME14 1XQ, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 17/12/2025

Annex A


View any Notice Addenda

View Award Notice