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 |
View Full Notice
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