Notice Information
Notice Title
Travel Management Solutions
Notice Description
This framework provides a compliant, flexible, and outcomes-focused route to market for public sector organisations seeking a range of travel solutions enabling customers to research, book, and manage all their travel requirements along with any additional supporting services they require. The framework is split into 3 Lots. Lot 1: Core Travel Services Lot 1 covers all essential travel booking services, including but not limited to: Accommodation *Guesthouses, hotels, serviced apartments Air Travel *Baggage handling *Domestic and international flights *Inflight meals *Online check-in *Ticketing options Ground Transport *Car rentals *Coach travel *Ferry services *Parking arrangements *Taxi transfers Rail Travel *Advance and flexible tickets *Digital ticketing *Railcards *Seat reservations In addition to offering the above essential services, Customers may require additional services including, but not limited to: Travel Management and Support Services *Accessibility and inclusivity features *Airport lounge access *Carbon emissions reporting and offsetting *Consolidated invoicing *Currency exchange *Real-time analytics *Social value delivery *Special assistance *Traveller tracking and alerts *Travel visas and passport services *VIP services Lot 2: Event and Venue Services Lot 2 supports Customers with the planning and delivery of meetings, conferences, and events. services include, but are not limited to: Core Services *Delegate and guest management *Event planning and logistics *Marketing and communications *Pre- and post-event support *Technical setup (e.g., AV equipment, staging) *Venue sourcing In addition to offering the above essential services, Customers may require additional services including, but not limited to: Support Services *Accessibility and inclusivity features *Consolidated invoicing *Social value delivery *Special assistance *VIP services Lot 3: Emergency Accommodation Services Lot 3 provides 24/7 emergency accommodation services with rapid response capabilities. Key features include but are not limited to: 24/7 Emergency Response and Rapid Turnaround *Dedicated, experienced team available around the clock *Non-arrival reporting *Rapid turnaround times for emergency requests Safeguarding Standards and SLAs *DBS checks for key personnel at accommodation providers *Hotel safeguarding checks (risk assessments, food hygiene ratings, health & safety compliance) *Non-arrival policies and duty of care protocols *PREVENT training delivered to frontline hotel staff *Tiered escalation procedures for on-site incidents *Tailored support for vulnerable groups (e.g., under-18s, survivors of abuse, individuals with complex needs) Location Vetting and Risk Assessment *Property reviews for safety, accessibility, and suitability *Specialist placements (e.g., pet-friendly units, family-safe self-accommodation) Pseudonymous Bookings and Identity Protection *Ability to make pseudonymous bookings to protect guest identity *Discreet specification of gender, cultural, and safeguarding considerations at booking Under-18s and Apprenticeship Placements *Specialist protocols for younger or vulnerable learners *Matching by age, gender, and dietary requirements *Curfew expectations and access to leisure spaces *Accommodation providers briefed on duty of care requirements from the outset This is not an exhaustive list as any additional services will be dependent on the specific requirements of the Customer. To view this notice, please click here: https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=1011856291
Lot Information
Core Travel Services
Lot 1 covers all essential travel booking services, including but not limited to: Accommodation *Guesthouses, hotels, serviced apartments Air Travel *Baggage handling *Domestic and international flights *Inflight meals *Online check-in *Ticketing options Ground Transport *Car rentals *Coach travel *Ferry services *Parking arrangements *Taxi transfers Rail Travel *Advance and flexible tickets *Digital ticketing *Railcards *Seat reservations In addition to offering the above essential services, Customers may require additional services including, but not limited to: Travel Management and Support Services *Accessibility and inclusivity features *Airport lounge access *Carbon emissions reporting and offsetting *Consolidated invoicing *Currency exchange *Real-time analytics *Social value delivery *Special assistance *Traveller tracking and alerts *Travel visas and passport services *VIP services
Event and Venue ServicesLot 2 supports Customers with the planning and delivery of meetings, conferences, and events. services include, but are not limited to: Core Services *Delegate and guest management *Event planning and logistics *Marketing and communications *Pre- and post-event support *Technical setup (e.g., AV equipment, staging) *Venue sourcing In addition to offering the above essential services, Customers may require additional services including, but not limited to: Support Services *Accessibility and inclusivity features *Consolidated invoicing *Social value delivery *Special assistance *VIP services
Emergency Accommodation ServicesLot 3 provides 24/7 emergency accommodation services with rapid response capabilities. Key features include but are not limited to: 24/7 Emergency Response and Rapid Turnaround *Dedicated, experienced team available around the clock *Non-arrival reporting *Rapid turnaround times for emergency requests Safeguarding Standards and SLAs *DBS checks for key personnel at accommodation providers *Hotel safeguarding checks (risk assessments, food hygiene ratings, health & safety compliance) *Non-arrival policies and duty of care protocols *PREVENT training delivered to frontline hotel staff *Tiered escalation procedures for on-site incidents *Tailored support for vulnerable groups (e.g., under-18s, survivors of abuse, individuals with complex needs) Location Vetting and Risk Assessment *Property reviews for safety, accessibility, and suitability *Specialist placements (e.g., pet-friendly units, family-safe self-accommodation) Pseudonymous Bookings and Identity Protection *Ability to make pseudonymous bookings to protect guest identity *Discreet specification of gender, cultural, and safeguarding considerations at booking Under-18s and Apprenticeship Placements *Specialist protocols for younger or vulnerable learners *Matching by age, gender, and dietary requirements *Curfew expectations and access to leisure spaces *Accommodation providers briefed on duty of care requirements from the outset This is not an exhaustive list as any additional services will be dependent on the specific requirements of the Customer.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-064ab5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011196-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
63 - Supporting and auxiliary transport services; travel agencies services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
63515000 - Travel services
63516000 - Travel management services
79952000 - Event services
79997000 - Business travel services
Notice Value(s)
- Tender Value
- £50,000,000 £10M-£100M
- Lots Value
- £50,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Feb 20262 days ago
- Submission Deadline
- 2 Apr 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jun 2026 - 30 Jun 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- KENT COUNTY COUNCIL (T/A PROCUREMENT SERVICES)
- Contact Name
- Sobia Asad
- Contact Email
- people&professionalservices@csltd.org.uk
- Contact Phone
- 01622942841
Buyer Location
- Locality
- WEST MALLING, KENT
- Postcode
- ME19 4YT
- Post Town
- Rochester
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ4 Kent
- Small Region (ITL 3)
- TLJ46 West Kent
- Delivery Location
- Not specified
-
- Local Authority
- Tonbridge and Malling
- Electoral Ward
- Kings Hill
- Westminster Constituency
- Maidstone and Malling
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/011196-2026
7th February 2026 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-064ab5-2026-02-07T10:05:18Z",
"date": "2026-02-07T10:05:18Z",
"ocid": "ocds-h6vhtk-064ab5",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PYCX-4938-CCHM",
"name": "Kent County Council (t/a Procurement Services)",
"identifier": {
"scheme": "GB-PPON",
"id": "PYCX-4938-CCHM"
},
"address": {
"streetAddress": "1 Abbey Wood Road",
"locality": "West Malling, Kent",
"postalCode": "ME19 4YT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ46"
},
"contactPoint": {
"name": "Sobia Asad",
"email": "people&professionalservices@csltd.org.uk",
"telephone": "01622942841"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PYCX-4938-CCHM",
"name": "Kent County Council (t/a Procurement Services)"
},
"tender": {
"id": "Y26013",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Travel Management Solutions",
"description": "This framework provides a compliant, flexible, and outcomes-focused route to market for public sector organisations seeking a range of travel solutions enabling customers to research, book, and manage all their travel requirements along with any additional supporting services they require. The framework is split into 3 Lots. Lot 1: Core Travel Services Lot 1 covers all essential travel booking services, including but not limited to: Accommodation *Guesthouses, hotels, serviced apartments Air Travel *Baggage handling *Domestic and international flights *Inflight meals *Online check-in *Ticketing options Ground Transport *Car rentals *Coach travel *Ferry services *Parking arrangements *Taxi transfers Rail Travel *Advance and flexible tickets *Digital ticketing *Railcards *Seat reservations In addition to offering the above essential services, Customers may require additional services including, but not limited to: Travel Management and Support Services *Accessibility and inclusivity features *Airport lounge access *Carbon emissions reporting and offsetting *Consolidated invoicing *Currency exchange *Real-time analytics *Social value delivery *Special assistance *Traveller tracking and alerts *Travel visas and passport services *VIP services Lot 2: Event and Venue Services Lot 2 supports Customers with the planning and delivery of meetings, conferences, and events. services include, but are not limited to: Core Services *Delegate and guest management *Event planning and logistics *Marketing and communications *Pre- and post-event support *Technical setup (e.g., AV equipment, staging) *Venue sourcing In addition to offering the above essential services, Customers may require additional services including, but not limited to: Support Services *Accessibility and inclusivity features *Consolidated invoicing *Social value delivery *Special assistance *VIP services Lot 3: Emergency Accommodation Services Lot 3 provides 24/7 emergency accommodation services with rapid response capabilities. Key features include but are not limited to: 24/7 Emergency Response and Rapid Turnaround *Dedicated, experienced team available around the clock *Non-arrival reporting *Rapid turnaround times for emergency requests Safeguarding Standards and SLAs *DBS checks for key personnel at accommodation providers *Hotel safeguarding checks (risk assessments, food hygiene ratings, health & safety compliance) *Non-arrival policies and duty of care protocols *PREVENT training delivered to frontline hotel staff *Tiered escalation procedures for on-site incidents *Tailored support for vulnerable groups (e.g., under-18s, survivors of abuse, individuals with complex needs) Location Vetting and Risk Assessment *Property reviews for safety, accessibility, and suitability *Specialist placements (e.g., pet-friendly units, family-safe self-accommodation) Pseudonymous Bookings and Identity Protection *Ability to make pseudonymous bookings to protect guest identity *Discreet specification of gender, cultural, and safeguarding considerations at booking Under-18s and Apprenticeship Placements *Specialist protocols for younger or vulnerable learners *Matching by age, gender, and dietary requirements *Curfew expectations and access to leisure spaces *Accommodation providers briefed on duty of care requirements from the outset This is not an exhaustive list as any additional services will be dependent on the specific requirements of the Customer. To view this notice, please click here: https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=1011856291",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "63515000",
"description": "Travel services"
},
{
"scheme": "CPV",
"id": "63516000",
"description": "Travel management services"
},
{
"scheme": "CPV",
"id": "79997000",
"description": "Business travel services"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79952000",
"description": "Event services"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "63515000",
"description": "Travel services"
},
{
"scheme": "CPV",
"id": "63516000",
"description": "Travel management services"
},
{
"scheme": "CPV",
"id": "79997000",
"description": "Business travel services"
}
],
"relatedLot": "3"
}
],
"value": {
"amountGross": 60000000,
"amount": 50000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"participationFees": [
{
"id": "ocds-h6vhtk-064ab5",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.01,
"monetaryValue": "award"
}
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"buyerCategories": "This Framework is for use by Customers in the United Kingdom, British Overseas Territories, and Crown Dependencies that exist on 05/01/26 and which fall into one or more of the following categories: *Ministerial government departments *Non ministerial government departments *Executive agencies of government *Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs *Assembly Sponsored Public Bodies (ASPBs) *Police forces *Fire and rescue services *Ambulance services *Maritime and coastguard agency services *NHS bodies *Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities *Hospices *National Parks *Housing associations, including registered social landlords *Third sector and charities *Citizens advice bodies *Councils",
"description": "Overview of framework operation This framework will be established under the Procurement Act 2023. It enables Contracting Authorities identified in the UK4 notice to award call-off contracts for the Services during the framework term. Call-off contracts may be awarded using the methods described below, subject to the Award Criteria and conditions set out in the associated tender documents Call-Off Contract Award Call-Off Contracts may be awarded using any one of the following methods outlined below. 1.Direct Award (Award Without Competitive Selection) 2.Rapid Request for Quote (Rapid RFQ) 3.Further Competition The ultimate responsibility for selecting the most appropriate and compliant route for a specific requirement rests with the Customer. The onus will be on the Customer to carry out their own due diligence before selecting which method to use. The Customer will determine the requirement, specification and award, based on the Most Advantageous Tender (MAT) Direct Award (award without a competitive selection): This Framework permits Direct Award, defined under the Procurement Act 2023 as awarding a Call-Off Contract without conducting a new competitive selection procedure. A Direct Award may only be used where the Customer can identify the Most Advantageous Tender (MAT) using only the information and scores submitted at Framework award, without requesting any new pricing, clarification, or qualitative information from Suppliers. Permitted Direct Award Methods Customers may use any of the following objective, pre-published Direct Award methods. The Customer must choose one method before reviewing Supplier capability for their requirement. 1. Overall Framework Ranking (Quality + Price Combined Score) The Customer awards the Call-Off Contract to the Supplier ranked highest overall at Framework award. If the highest-ranked Supplier cannot meet the requirement, the Customer must document the reason and move sequentially to the next ranked Supplier. We anticipate this to be the default Direct Award method. 2. Highest Total Quality Score The Customer may award to the Supplier that achieved the highest total quality score for each Lot during Framework evaluation, where quality is the Customer's primary consideration. 3. Lowest Overall Price/Highest Commercial Advantage Award to the Supplier offering the lowest evaluated Framework price as submitted in Annex H. This method: *must use the original evaluated Pricing Schedule *must not use catalogue pricing or non-evaluated price lists *must not request revised or updated pricing If new pricing is required, this method is not suitable and Customers must choose another method. 4. Highest Score in a Specific Evaluation Question Award to the Supplier with the highest score in a specific Framework evaluation question that directly relates to the Customer's requirement. This method may only be used where: *the question formed part of the Framework quality evaluation *scoring was completed by the Contracting Authority 5. Partial-Service Selection (Specific Services from the Pricing Schedule) Where a Customer requires only a subset of the services available under the Framework, a Direct Award may be made using the original per-service prices submitted at Framework award. A Customer may compare only the relevant per-service prices and award to the Supplier whose evaluated per-service prices represent the Most Advantageous Tender. This method is only permitted where: *All prices used are from the original evaluated Pricing Schedule *No new or updated pricing is requested *The comparison is applied consistently and objectively *No new weighting or qualitative assessment is introduced Catalogue pricing or non-evaluated price lists cannot be used to determine MAT. Where new pricing or new information is required, the Customer must conduct a competitive call-off selection process. Requirements for Direct Award Customers should retain an auditable record setting out: *the Direct Award method selected; *the objective rationale for that method; *the comparison or ranking used; *(if applicable) why a higher-ranked Supplier could not meet the requirement. Customers must not: *request revised or updated pricing *request new qualitative information *introduce new award criteria Transition to competitive call-off selection process If the Customer cannot objectively determine the MAT using only Framework-award information (e.g., new pricing is required, new service models are proposed, or qualitative responses are needed), the Customer must run a competitive call-off selection process. Competitive Call Off Selection Process: Rapid RFQ A Rapid RFQ is a streamlined competitive process appropriate for low-complexity or tightly defined requirements where essential criteria can be specified as Pass/Fail, and price acts as the ultimate determinant among compliant Suppliers Best For: Requirements needing a specific, verifiable skill, where price is the deciding factor after that essential need is met. A Further Competition process is used where Customers carry out a competition for the award of a Call-Off Contract. A Further Competition is required where: *the Customer needs updated or new pricing *qualitative responses are needed *service proposals need tailoring *new information is required *the requirement is complex or high-value Best For: Complex projects, high-value Call-Off Contracts, and any situation where the quality of the solution is a critical factor."
}
},
"submissionMethodDetails": "https://csg.delta-esourcing.com/respond/YC3EG4Y5KB",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-02T17:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-03-06T17:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-05-22T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "Core Travel Services",
"description": "Lot 1 covers all essential travel booking services, including but not limited to: Accommodation *Guesthouses, hotels, serviced apartments Air Travel *Baggage handling *Domestic and international flights *Inflight meals *Online check-in *Ticketing options Ground Transport *Car rentals *Coach travel *Ferry services *Parking arrangements *Taxi transfers Rail Travel *Advance and flexible tickets *Digital ticketing *Railcards *Seat reservations In addition to offering the above essential services, Customers may require additional services including, but not limited to: Travel Management and Support Services *Accessibility and inclusivity features *Airport lounge access *Carbon emissions reporting and offsetting *Consolidated invoicing *Currency exchange *Real-time analytics *Social value delivery *Special assistance *Traveller tracking and alerts *Travel visas and passport services *VIP services",
"status": "active",
"value": {
"amountGross": 36000000,
"amount": 30000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2030-06-30T23:59:59+01:00"
}
},
{
"id": "2",
"title": "Event and Venue Services",
"description": "Lot 2 supports Customers with the planning and delivery of meetings, conferences, and events. services include, but are not limited to: Core Services *Delegate and guest management *Event planning and logistics *Marketing and communications *Pre- and post-event support *Technical setup (e.g., AV equipment, staging) *Venue sourcing In addition to offering the above essential services, Customers may require additional services including, but not limited to: Support Services *Accessibility and inclusivity features *Consolidated invoicing *Social value delivery *Special assistance *VIP services",
"status": "active",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2030-06-30T23:59:59+01:00"
}
},
{
"id": "3",
"title": "Emergency Accommodation Services",
"description": "Lot 3 provides 24/7 emergency accommodation services with rapid response capabilities. Key features include but are not limited to: 24/7 Emergency Response and Rapid Turnaround *Dedicated, experienced team available around the clock *Non-arrival reporting *Rapid turnaround times for emergency requests Safeguarding Standards and SLAs *DBS checks for key personnel at accommodation providers *Hotel safeguarding checks (risk assessments, food hygiene ratings, health & safety compliance) *Non-arrival policies and duty of care protocols *PREVENT training delivered to frontline hotel staff *Tiered escalation procedures for on-site incidents *Tailored support for vulnerable groups (e.g., under-18s, survivors of abuse, individuals with complex needs) Location Vetting and Risk Assessment *Property reviews for safety, accessibility, and suitability *Specialist placements (e.g., pet-friendly units, family-safe self-accommodation) Pseudonymous Bookings and Identity Protection *Ability to make pseudonymous bookings to protect guest identity *Discreet specification of gender, cultural, and safeguarding considerations at booking Under-18s and Apprenticeship Placements *Specialist protocols for younger or vulnerable learners *Matching by age, gender, and dietary requirements *Curfew expectations and access to leisure spaces *Accommodation providers briefed on duty of care requirements from the outset This is not an exhaustive list as any additional services will be dependent on the specific requirements of the Customer.",
"status": "active",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2030-06-30T23:59:59+01:00"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "011196-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/011196-2026",
"datePublished": "2026-02-07T10:05:18Z",
"format": "text/html"
}
]
},
"language": "en"
}