Section one: Contracting authority
one.1) Name and addresses
Kent County Council
Kent County Council | Sessions House, Maidstone
Maidstone
ME14 1XQ
Compliance.publictransport@kent.gov.uk
Telephone
+44 3000414141
Country
United Kingdom
Region code
UKJ4 - Kent
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.kentbusinessportal.org.uk/respond/6AW23S749Y
Tenders or requests to participate must be submitted to the above-mentioned address
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
SS15 124 Home to School Transport - DPS
Reference number
SS15 124
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £750,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
Kent
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £750,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 December 2025
End date
23 February 2029
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
To respond to this opportunity please click here: https://www.kentbusinessportal.org.uk/respond/6AW23S749Y
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 establishment of a framework agreement
Framework agreement with several operators
The procurement involves the setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 February 2029
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: No
six.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:
To respond to this opportunity, please click here:
https://www.kentbusinessportal.org.uk/respond/6AW23S749Y
GO Reference: GO-20251217-PRO-33804491
six.4) Procedures for review
six.4.1) Review body
Kent County Council
County Hall
Madistone
ME14 1XQ
Country
United Kingdom