Scope
Reference
ITT_30622
Description
Open Framework for Passenger Trasnport (Taxis) & Travel Care for Vulnerable Children, Young People & Adults.
This Framework is being conducted in accordance with the Procurement Act 2023 ("PA23") using the Open Procedure. It will use an Open Framework model with three iterations across an eight-year period (3+3+2).
Framework Issue 1 - Initial Procurement 2025/26 for the first 3-year term (01/08/2026 - 31/07/2029)
Framework Issue 2 - Re-opening of the Framework (anticipated 2028/29) for the second 3-year term (01/08/2029 - 31/07/2032)
Framework Issue 3 - Re-opening of the Framework (anticipated 2031/32) for the final 2-year term (01/08/2032 - 31/07/2034)
Commercial tool
Establishes an open framework
Total value (estimated)
- £47,318,792 excluding VAT
- £56,782,551 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 August 2026 to 31 July 2034
- 8 years
Main procurement category
Services
CPV classifications
- 60120000 - Taxi services
Contract locations
- UKI - London
Justification for not using lots
Lots are not being used because the Framework will operate as an Open Framework using a matrix‑based allocation model. This structure allows suppliers (inclusive of SMEs) to join at set intervals and be matched flexibly to individual transport requirements. Dividing the procurement into fixed lots would limit the flexibility needed to respond to variable and unpredictable transport routes, changing pupil needs, and market capacity. The matrix model provides a more efficient and equitable way to allocate work while maintaining open competition throughout the life of the Framework series.
Framework
Open framework scheme end date (estimated)
31 July 2034
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
This is an Open Framework for the provision of taxi and travel care services for vulnerable children and young people who are residents of Westminster or the Royal Borough of Kensington and Chelsea. The Framework will be opened for new applications at specified intervals during its term, in accordance with the Open Framework model. Suppliers admitted to the Framework will have met the published selection and compliance requirements set out in the procurement documents.
Once admitted, suppliers will be eligible for call‑off opportunities relating to individual transport requirements. Call‑offs may be made via further competition or via a matrix‑based allocation approach, depending on the nature and urgency of the requirement. Allocation may consider factors such as price, vehicle suitability, safeguarding compliance, available capacity, and suitability for the specific transport route.
The Framework is designed to provide flexibility and support a competitive market capable of meeting a wide range of home‑to‑school and social care transport needs, including varying route patterns and differing levels of support required by service users.
Full details of the Framework rules, application windows, evaluation criteria, onboarding process, and call‑off methodology are provided within the procurement documents made available through the e‑tendering portal as detailed within this notice.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
Suppliers must meet the legal, safeguarding and financial compliance requirements set out in the procurement documents (e.g., appropriate insurances, right‑to‑operate checks). Full details are provided in the procurement documentation available via the e‑tendering portal.
Technical ability conditions of participation
Suppliers must demonstrate the required technical capability to deliver passenger transport services safely, including appropriate vehicle standards, driver competence and safeguarding measures. Full details are provided in the procurement documentation available via the e‑tendering portal.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
16 February 2026, 5:00pm
Tender submission deadline
23 February 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
30 April 2026
Recurring procurement
Publication date of next tender notice (estimated): 1 May 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Commercial | Price | 40% |
| Social Value and Responsible Procurement | Quality | 10% |
| Safeguarding | Quality | 9% |
| Workforce Management | Quality | 8% |
| Implementation and Mobilisation | Quality | 7% |
| General Requirements, Operating Requirements & Staffing Structure | Quality | 7% |
| Communication & Engagement | Quality | 7% |
| Vehicles, Equipment & Environmental Performance | Quality | 6% |
| Performance, Risk & Quality Assurance | Quality | 6% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authorities
Westminster City Council
- Public Procurement Organisation Number: PJVD-6261-BPPJ
64 Victoria Street
London
SW1E 6QP
United Kingdom
Region: UKI32 - Westminster
Organisation type: Public authority - sub-central government
The Royal Borough of Kensington & Chelsea
- Public Procurement Organisation Number: PPRX-1592-MXGN
Town Hall, Hornton Street
London
W8 7NX
United Kingdom
Email: procurement@rbkc.gov.uk
Website: https://www.rbkc.gov.uk/
Region: UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Organisation type: Public authority - sub-central government