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.

Contract Notice

SS15 124 Home to School Transport - DPS

  • First published: 18 December 2025
  • Last modified: 18 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:
Published by:
Kent County Council
Authority ID:
AA20084
Publication date:
18 December 2025
Deadline date:
21 February 2029
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Kent County Council

Kent County Council | Sessions House, Maidstone

Maidstone

ME14 1XQ

UK

Telephone: +44 3000414141

E-mail: Compliance.publictransport@kent.gov.uk

NUTS: UKJ4

Internet address(es)

Main address: www.kent.gov.uk

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 to:

https://www.kentbusinessportal.org.uk/respond/6AW23S749Y


Tenders or requests to participate must be sent to the abovementioned address


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

 

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: 750 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ4


Main site or place of performance:

Kent

II.2.4) Description of the 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: 750 000 000.00  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

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.kentbusinessportal.org.uk/respond/6AW23S749Y

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/02/2029

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: 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

GO Reference: GO-20251217-PRO-33804491

VI.4) Procedures for review

VI.4.1) Review body

Kent County Council

County Hall

Madistone

ME14 1XQ

UK

VI.5) Date of dispatch of this notice

17/12/2025

Coding

Commodity categories

ID Title Parent category
60000000 Transport services (excl. Waste transport) Transport and Related Services

Delivery locations

ID Description
100 UK - All

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:
Compliance.publictransport@kent.gov.uk
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.