Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Provision of Transport Services - Knowsley, Rochdale, St. Helens, Stockport, Tameside, Trafford Council

  • First published: 06 December 2025
  • Last modified: 06 December 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-05156d
Published by:
Knowsley Council
Authority ID:
AA20165
Publication date:
06 December 2025
Deadline date:
19 January 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Councils require the provision of Transport Services, including for young people between home and school (the "Services"). The Supplier will be expected to provide the Services for specific Councils, with the aims of good quality, safety, value for money and sustainability. The Councils also aim to avoid disruption in supply.

Full notice text

Scope

Procurement description

The Councils require the provision of Transport Services, including for young people between home and school (the "Services"). The Supplier will be expected to provide the Services for specific Councils, with the aims of good quality, safety, value for money and sustainability. The Councils also aim to avoid disruption in supply.

Main category

Services

Delivery regions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Total value (estimated, excluding VAT)

446000000 GBP to 446000000GBP

Contract dates (estimated)

01 April 2026, 00:00AM to 31 March 2034, 23:59PM

Is a framework being established?

Yes

Is this an open framework scheme?

Yes

Contracting authority

Knowsley Council

Identification register:

  • GB-PPON

Address 1: Municipal Building, Archway Road

Town/City: Huyton

Postcode: L36 9YU

Country: United Kingdom

Public Procurement Organisation Number: PXQQ-8436-NWPV

NUTS code: UKD71

Email: procurement@star-procurement.gov.uk

Organisation type: Public authority - sub-central government

Rochdale Borough Council

Identification register:

  • GB-PPON

Address 1: Number One Riverside

Town/City: Rochdale

Postcode: OL16 1XU

Country: United Kingdom

Public Procurement Organisation Number: PXXD-6682-MDRX

NUTS code: UKD37

Email: procurement@star-procurement.gov.uk

Organisation type: Public authority - sub-central government

St Helens Council

Identification register:

  • GB-PPON

Address 1: Town Hall

Town/City: St Helens

Postcode: WA10 1HP

Country: United Kingdom

Public Procurement Organisation Number: PPYM-6238-VHLR

NUTS code: UKD71

Email: procurement@star-procurement.gov.uk

Organisation type: Public authority - sub-central government

Stockport Metropolitan Borough Council

Identification register:

  • GB-PPON

Address 1: Stopford House, Piccadilly

Town/City: Stockport

Postcode: SK1 3XE

Country: United Kingdom

Public Procurement Organisation Number: PZGW-7196-LCHL

NUTS code: UKD35

Email: procurement@star-procurement.gov.uk

Organisation type: Public authority - sub-central government

Tameside Metropolitan Borough Council

Identification register:

  • GB-PPON

Address 1: Tameside One

Town/City: Ashton under Lyne

Postcode: OL6 0GS

Country: United Kingdom

Public Procurement Organisation Number: PVWB-2493-LWTQ

NUTS code: UKD35

Email: procurement@star-procurement.gov.uk

Organisation type: Public authority - sub-central government

Trafford Council

Identification register:

  • GB-PPON

Address 1: Trafford Town Hall, Talbot Road

Town/City: Manchester

Postcode: M32 0TH

Country: United Kingdom

Public Procurement Organisation Number: PGZW-1429-QQZQ

NUTS code: UKD34

Email: procurement@star-procurement.gov.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Percentage fee charged to suppliers

0%

Open framework scheme end date (estimated)

31 March 2034, 23:59PM

Award method when using the framework

With and without reopening competition

Framework operation description

A Call-Off Contract by a Purchasing Body may be awarded by Direct Award or Mini-Competition.

DIRECT AWARD OPTIONS

Where a Purchasing Body elects to award a Call-Off Contract by Direct Award, the award shall be made using one of the following permitted methods. The Purchasing Body shall specify the applicable method in the Contract Particulars and contract award notice.

Option 1 - Lowest rate per mile

• The call-off contract may be awarded to the Operator offering the lowest rate per mile for the specified requirement, provided that:

(a) All Framework Suppliers submitted a price rate per mile information when applying to join the Framework; and

(b) The award decision is objective, transparent and based solely on the lowest rate per mile.

• Where the lowest price rate per mile Framework Supplier is unable to fulfil the Order, the Purchasing Body may offer the contract to the next lowest price rate per mile supplier in ranked order, until the Order is fulfilled.

Option 2 - Lowest total cost for route

The Purchasing Body may request cost information from each of the Framework Suppliers and offer the Contract to the Framework Supplier offering the lowest total deliverable cost for the specific requirement or route.

Option 3 - Ranked list (combined score)

The Purchasing Body may use a ranking system established within the Framework based on the best combined score - quality, price and social value.

A Call-Off Contract may be awarded to the highest-ranked Operator based on the combined score that is able to meet the requirements. If the first-ranked Operator declines or is unavailable, the Purchasing Body may approach the next ranked Operator in Order.

Option 4 - Urgent Requirement

A direct award may be made where:

1. an urgent operational requirement arises;

2. a mini competition cannot be reasonably be undertaken in the time available; and

3. the urgency was not caused by the Council's own actions.

Option 5 - Award Where Only One Supplier Can Meet the Requirement

A direct award may be made where only one Framework Supplier is capable of meeting the specified operational requirement, for example due to:

• specialist vehicle needs;

• safeguarding restrictions;

• geographic availability;

• legally mandated driver qualifications or licence categories.

The Purchasing Body must record the justification where this ground is used as required under the Procurement Act 2023.

Option 6 - Direct Award for Continuity of Service

Where continuity of service is essential (e.g., vulnerable children transport), the Council may make a direct award to the current Operator where:

1. Passengers would be adversely affected by any change in driver or provider; and/or

2. Passengers have expressed a clear preference for retaining the same driver or service provider; and/or

3. A change would cause disruption, confusion, or risk to vulnerable passengers; and or

4. Maintaining the current Operator is necessary to ensure consistent, safe and reliable service delivery.

MINI-COMPETITION

To conduct a Mini-Competition , the Purchasing Body shall:

1. Identify the Framework Agreement Operators capable of performing the Call-Off Contract for the Services;

2. Complete the Contract Particulars and supplement and refine the Call-Off Contract Terms and Conditions only to the extent permitted by the Framework Agreement or the Procurement Act 2023;

3. Invite Framework Operators to:

i) to submit a supplemental tender within a specified time limit, which takes into account factors such as the complexity of the subject matter of the Contract and the time needed to submit tenders; and

ii) keep each supplemental tender confidential until the expiry of the time limit for the receipt by it of the supplemental tenders;

iii) apply the Mini-Competition award criteria to any compliant Supplemental Tenders submitted through the mini-competition; and

iv) place an Order with the successful Operator by completing and signing the Contract Particulars.

Notwithstanding the fact that the Purchasing Body has followed the procedure set out above for a Mini Competition, the Purchasing Body may cancel, postpone, delay or end the procedure without placing an Order for Services or awarding a Contract. Nothing in the Framework Agreement obliges the Purchasing Body to place any Order for Services.

Mini-Competition Award Criteria

Under the mini-competition route the following criteria and weightings shall apply.

Purchasing Bodies may collaborate, and thus a requirement may be for an individual

Purchasing Body alone, or for multiple Purchasing Bodies.

The Purchasing Body shall determine the appropriate weighting that shall apply to their Invitation to Quote, however, the weighting must be within the ranges given.

Quality 0-60%

Social Value (included for contracts over £100k only)

0-20%

Price 40%-100%

Lots

Divided into 6 lots

Knowsley Council

Lot number: 1

Description

The Councils require the provision of Transport Services, including for young people between home and school (the "Services"). The Supplier will be expected to provide the Services for specific Councils, with the aims of good quality, safety, value for money and sustainability. The Councils also aim to avoid disruption in supply.

• Passenger assistants - The Supplier will provide a PA where required.

• To transport other types of passengers (outside of school run hours):

o Elderly people

o Council employees

2 Breakdown of Requirements

1. SEND Children's Home to School Transport including Post 16 transport

• Bluebell Park & East Croft Primary, Kirkby - Approx 185 Service users

• Alt Bridge Huyton - Approx 240 Service users

• Knowsley Central Huyton - Approx 90 Service users

• Meadow Park Stockbridge Village and Northwood Kirkby - Approx 50 Service users

• Yewtree and Finch Woods Halewood - Approx 90 Service users

• Out of Borough - Approx 300 Service users

• Post 16 (Higher Education and College Transport) - Approx 70 Service users

2. Children's Social Care Transport, Ad Hoc Adult Social Care Transport (Inside and Out of Borough) and Ad Hoc Transport for Council Employees and Members

3. Adults' Home to Day Centre Care and respite Transport

4. Adults' Transport - Day trips and excursions (Inside and Out of Borough)

Quantities and measures in this contract cannot be guaranteed

CPV classifications

  • 60120000 - Taxi services
  • 80340000 - Special education services

Delivery regions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot value (estimated)

80000000 GBP Excluding VAT

96000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2034, 23:59PM

Award criteria

Type: quality

Name

Quality

Description

Quality is made up of relevant questions detailed in the documentation and social value considerations.

Weighting: 100

Weighting type: percentageExact

Rochdale Council

Lot number: 2

Description

The Councils require the provision of Transport Services, including for young people between home and school (the "Services"). The Supplier will be expected to provide the Services for specific Councils, with the aims of good quality, safety, value for money and sustainability. The Councils also aim to avoid disruption in supply.

Passenger assistants - Passenger assistants are provided by Rochdale Council unless Rochdale Council requests the Operator to provide a passenger assistant. To transport other types of passengers (outside of school run hours):

2 Indicative locations and volumes

Rochdale Borough Council has 4 special schools, 4 mainstream schools with specialist (resourced) provision places, 4 HUBS but also places children and young people in schools within other local authorities if appropriate.

At the start of the Academic year 2025 the Council had 300 routes operating and 825 children and young people utilising SEND Transport. It is predicted that the number of routes will increase in 2026-2027 as more children and young people require specialist educational settings.

CPV classifications

  • 60120000 - Taxi services
  • 80340000 - Special education services

Delivery regions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot value (estimated)

80000000 GBP Excluding VAT

96000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2034, 23:59PM

Award criteria

Type: quality

Name

Quality

Description

Quality is made up of relevant questions detailed in the documentation and social value considerations.

Weighting: 100

Weighting type: percentageExact

St Helens Council

Lot number: 3

Description

The Councils require the provision of Transport Services, including for young people between home and school (the "Services"). The Supplier will be expected to provide the Services for specific Councils, with the aims of good quality, safety, value for money and sustainability. The Councils also aim to avoid disruption in supply.

Passenger assistants - The Supplier will provide a PA where required.

To transport other types of passengers (outside of school run hours):

Elderly people

Breakdown of Requirements

St Helens Council provides transport daily to approximately 800 children and young people, this number is subject to change. The Council has 3 special schools and several resource bases in mainstream schools. St Helens Council also have young people who attend their educational setting in a different local authority.

The Service Provider shall deliver flexible and safe transport for eligible children and young people aged 4-25 with Special Educational Needs and Disabilities (SEND).

The service must include transport for post-16 learners and for pupils placed both within and outside the St Helens area.

The Provider may also be required to deliver ad-hoc transport for elderly or vulnerable adults where commissioned by the St Helens Council.

CPV classifications

  • 60120000 - Taxi services
  • 80340000 - Special education services

Delivery regions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot value (estimated)

80000000 GBP Excluding VAT

96000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2034, 23:59PM

Award criteria

Type: quality

Name

Quality

Description

Quality is made up of relevant questions detailed in the documentation and social value considerations.

Weighting: 100

Weighting type: percentageExact

Stockport Council

Lot number: 4

Description

The Councils require the provision of Transport Services, including for young people between home and school (the "Services"). The Supplier will be expected to provide the Services for specific Councils, with the aims of good quality, safety, value for money and sustainability. The Councils also aim to avoid disruption in supply.

Passenger assistants - The Supplier will provide a PA where required.

To transport other types of passengers (outside of school run hours) to overnight short break stays this can include evening and weekend during term time and school holidays

• Young adults (19-25) to education provisions

• The suppliers should contact families, via phone call initially, prior to transport commencing to introduce themselves, and discuss the transport requirements for the passenger. An introductory visit should then arranged with them, if they feel that this is necessary before any route begins.

CPV classifications

  • 60120000 - Taxi services
  • 80340000 - Special education services

Delivery regions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot value (estimated)

70000000 GBP Excluding VAT

84000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2034, 23:59PM

Award criteria

Type: quality

Name

Quality

Description

Quality is made up of relevant questions detailed in the documentation and social value considerations.

Weighting: 100

Weighting type: percentageExact

Tameside Council

Lot number: 5

Description

The Councils require the provision of Transport Services, including for young people between home and school (the "Services"). The Supplier will be expected to provide the Services for specific Councils, with the aims of good quality, safety, value for money and sustainability. The Councils also aim to avoid disruption in supply.

Scope

• Passenger assistants - The Supplier will provide a PA where required.

• To transport other types of passengers (outside of school run hours):

Elderly people

children and young people (aged 3 - 25 years of age) with Special Educational Needs and Disabilities (SEND), and Vulnerable adults to access an educational setting, respite care or day care.

(Vulnerable Adults only applicable to Tameside Council)

CPV classifications

  • 60120000 - Taxi services
  • 80340000 - Special education services

Delivery regions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot value (estimated)

80000000 GBP Excluding VAT

96000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2034, 23:59PM

Award criteria

Type: quality

Name

Quality

Description

Quality is made up of relevant questions detailed in the documentation and social value considerations.

Weighting: 100

Weighting type: percentageExact

Trafford Council

Lot number: 6

Description

The Councils require the provision of Transport Services, including for young people between home and school (the "Services"). The Supplier will be expected to provide the Services for specific Councils, with the aims of good quality, safety, value for money and sustainability. The Councils also aim to avoid disruption in supply.

Scope

• Passenger assistants - The Supplier will provide a PA where required.

• To transport other types of passengers (outside of school run hours):

• including vulnerable adults.

• (Vulnerable Adults only applicable to Trafford Council)

CPV classifications

  • 60120000 - Taxi services
  • 80340000 - Special education services

Delivery regions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot value (estimated)

56000000 GBP Excluding VAT

67200000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2034, 23:59PM

Award criteria

Type: quality

Name

Quality

Description

Quality is made up of relevant questions detailed in the documentation and social value considerations.

Weighting: 100

Weighting type: percentageExact

Submission

Tender submission deadline

19 January 2026, 12:00PM

Enquiry deadline

12 January 2026, 17:00PM

Date of award of contract

26 March 2026, 23:59PM

Submission address and any special instructions

https://procontract.due-north.com/

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
80340000 Special education services Higher education services
60120000 Taxi services Road transport services

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.