Section one: Contracting authority
one.1) Name and addresses
Cambridgeshire County Council
Shire Hall, Castle Hill
Cambridge
CB3 0AP
Contact
Procurement team
procurement2@cambridgeshire.gov.uk
Telephone
+44 1223715353
Country
United Kingdom
NUTS code
UKH - East of England
Internet address(es)
Main address
https://procontract.due-north.com/Login
Buyer's address
https://procontract.due-north.com/Login
one.1) Name and addresses
Peterborough City Council
Bridge street
Peterborough
PE1 1HF
Contact
Procurement team
procurement2@cambridgeshire.gov.uk
Country
United Kingdom
NUTS code
UKH - East of England
Internet address(es)
Main address
https://procontract.due-north.com/Login
Buyer's address
https://procontract.due-north.com/Login
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Login
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
21034 Home to School and Social Care Transport Dynamic Purchasing System 2021
Reference number
DN559834
two.1.2) Main CPV code
- 60100000 - Road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
This DPS is for delivery of home to school and social care transport services. This transport will be for a range of client groups including (but not limited to), pupils (to/from mainstream and special educational needs establishments), children’s social care service users and adult social care service users. These services will be for Cambridgeshire County Council and Peterborough City Council primarily, though other local authorities and public bodies within Cambridgeshire may also access services.
This solution shall offer one Platform to service providers to bid for work for Home to School transport services both mainstream and SEND, Children's social care and Adult social care transport services across the County.
The estimated value of the DPS is approximately £30million per annum, thus representing a total potential value of £300,000,000 over the maximum ten year term.
two.1.5) Estimated total value
Value excluding VAT: £300,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Taxis - Up to and including 8 seater vehicles
Lot No
1
two.2.2) Additional CPV code(s)
- 60100000 - Road transport services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
For vehicles up to 8 Seaters to provide transport services as required by the DPS.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Mini buses up to 17 seats
Lot No
2
two.2.2) Additional CPV code(s)
- 60100000 - Road transport services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
This lot is for Mini buses up to 17 seats for services advertised under this DPS.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Buses & Coaches greater than 17 seats
Lot No
3
two.2.2) Additional CPV code(s)
- 60100000 - Road transport services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
This lot is for Buses & Coaches greater than 17 seats for services advertised under this DPS.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
High Dependency (ambulance) vehicles
Lot No
4
two.2.2) Additional CPV code(s)
- 34114000 - Specialist vehicles
- 34114121 - Ambulances
- 60100000 - Road transport services
- 85143000 - Ambulance services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
This lot is for High Dependency (ambulance) vehicles for services advertised under this DPS
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Short Notice and Ad hoc Journeys
Lot No
5
two.2.2) Additional CPV code(s)
- 60100000 - Road transport services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
This lot is open to all vehicle classes, though will benefit those who have a flexible and responsive business model as the contracts advertised under this Lot will be of Short Notice and Ad hoc in nature.
This lot will be be further divided in to a further 7 sub-lots of the geographical area:
a) South Cambridgeshire
b) Cambridge City
c) Peterborough
d) East Cambridgeshire
e) Huntingdonshire
f) Fenland
g) Out of county
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The term of the DPS is 5 years, with an option to extend for a period(s) up to a further 5 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
To participate in this DPS, all Potential Providers must have the relevant licence(s) as approved by the local district authorities, or Traffic commissioner as depending on the class of vehicle and geographical area of service operation.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 August 2026
Local time
11:55pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Court of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
CEDR
70 Fleet Street
London
EC4Y 1EU
Telephone
+44 2075366000
Country
United Kingdom