Tender

The Provision of Passenger Transport Management System

LEICESTER CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

20 Apr 2026 at 07:56

Summary of the contracting process

Leicester City Council is seeking proposals through an open procurement process for a Passenger Transport Management System. This tender, tagged as active, is aimed at selecting a single supplier to provide a cloud-based system enhancing travel assistance services for over 1,500 eligible individuals annually, including those with Special Educational Needs and Disabilities. The procurement categorised under 'Software package and information systems', requires submissions by 20 May 2026, preceding the enquiry period ending on 5 May 2026. The contract, worth £833,000 in net value, spans from 1 December 2026 to 30 November 2028, with possible extensions up to 2036. The process aligns with the UKPGA 2023/54 legal framework, adopting electronic submissions via the ProContract Due North portal.

This tender offers substantial growth opportunities for businesses specialising in software solutions and cloud technology. It caters to firms that can provide integrated systems supporting travel assistance and comply with statutory requirements. The focus on a single cohesive system mandates substantial expertise in integration and interoperability, appealing to technology vendors proficient in large-scale system deployments. Businesses capable of delivering high-quality, scalable solutions under stringent timelines and navigating potential integration challenges posed by local government reforms and statutory changes will find this opportunity particularly advantageous.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

The Provision of Passenger Transport Management System

Notice Description

The Council would like to invite Suppliers to submit a Tender for selection of a single Supplier to provide a cloud-based system that will support the council in its duty to provide travel assistance to more than 1,500 eligible children, young people and adults each year, including children and young people with Special Educational Needs and Disabilities (SEND), children looked after, care experienced young people and adults receiving social care support. The Preliminary Market notice for this requirement was published on the 20th May 2024 link is here: Pre-Market Engagement for the provision of Combined PatOps and Taxi Brokerage System - Contracts Finder The contract has not been divided into lots because splitting the requirement would create significant integration and interoperability risks, increase implementation and transition complexity, and undermine the need for a single, cohesive end-to-end transport management solution; furthermore, using multiple suppliers would impose a disproportionate contract-management burden on the authority, while a single-supplier approach delivers stronger economies of scale and better overall value for money

Lot Information

Lot 1

Renewal: Initial term of 2 years with the option to extend for 2+2+2+2 years

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0685d8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/035435-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48000000 - Software package and information systems

Notice Value(s)

Tender Value
£833,000 £500K-£1M
Lots Value
£833,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Apr 20264 days ago
Submission Deadline
20 May 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Dec 2026 - 30 Nov 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LEICESTER CITY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LEICESTER
Postcode
LE1 1FZ
Post Town
Leicester
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF2 Leicestershire, Rutland and Northamptonshire
Small Region (ITL 3)
TLF21 Leicester
Delivery Location
Not specified

Local Authority
Leicester
Electoral Ward
Castle
Westminster Constituency
Leicester South

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-0685d8-2026-04-20T08:56:25+01:00",
    "date": "2026-04-20T08:56:25+01:00",
    "ocid": "ocds-h6vhtk-0685d8",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXRT-5737-VBQD",
            "name": "Leicester City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXRT-5737-VBQD"
            },
            "address": {
                "streetAddress": "11 Charles Street, City Hall",
                "locality": "Leicester",
                "postalCode": "LE1 1FZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF21"
            },
            "contactPoint": {
                "name": "Pamela Chirara",
                "email": "pamela.chirara@leicester.gov.uk",
                "telephone": "+44 1164543502"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.leicester.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXRT-5737-VBQD",
        "name": "Leicester City Council"
    },
    "tender": {
        "id": "1036PCASC",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "The Provision of Passenger Transport Management System",
        "description": "The Council would like to invite Suppliers to submit a Tender for selection of a single Supplier to provide a cloud-based system that will support the council in its duty to provide travel assistance to more than 1,500 eligible children, young people and adults each year, including children and young people with Special Educational Needs and Disabilities (SEND), children looked after, care experienced young people and adults receiving social care support. The Preliminary Market notice for this requirement was published on the 20th May 2024 link is here: Pre-Market Engagement for the provision of Combined PatOps and Taxi Brokerage System - Contracts Finder The contract has not been divided into lots because splitting the requirement would create significant integration and interoperability risks, increase implementation and transition complexity, and undermine the need for a single, cohesive end-to-end transport management solution; furthermore, using multiple suppliers would impose a disproportionate contract-management burden on the authority, while a single-supplier approach delivers stronger economies of scale and better overall value for money",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 999600,
            "amount": 833000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "Tenders must be submitted electronically via the ProContract Due North portal at:https://procontract.due-north.com/Advert?advertId=0860b37a-8a3c-f111-813c-005056b64545 Tenders may be submitted at any time prior to the closing date and time. Suppliers are strongly advised not to leave submission until the final moments, as uploading completed tender documentation may take a significant amount of time. The portal will automatically apply a server timestamp (GMT) at the point of submission. Any Tender submitted after the closing date and time of 10:00am on 20 May 2026 will not be considered.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-20T10:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-05-05T10:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-29T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 999600,
                    "amount": 833000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Quality",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70%"
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "30%"
                        }
                    ]
                },
                "suitability": {
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-12-01T00:00:00+00:00",
                    "endDate": "2028-11-30T23:59:59+00:00",
                    "maxExtentDate": "2036-11-30T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial term of 2 years with the option to extend for 2+2+2+2 years"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "035435-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/035435-2026",
                "datePublished": "2026-04-20T08:56:25+01:00",
                "format": "text/html"
            }
        ],
        "riskDetails": "The Council have considered at an early stage the potential need for in-life contract modifications to incorporate flexibility into the Contract where appropriate and mitigating the risk of potentially unlawful modifications. There are risks which may jeopardise the satisfactory performance of the Contract but, due to the nature of the risks, are unable to be addressed in the Contract as awarded. Where the relevant, conditions under Schedule 8 of the Act are satisfied, the modification of the Contract to remedy the identified risks would be treated as a permitted contract modification. The potential risks are additional costs that come as a result of; As a result of Local Government Reforms (LGR) there may be boundary changes, mergers, or reorganisations which may reshape service delivery models and require the system to support new operating models or data structures that cannot be delivered within the original system scope. Changes in statutory requirements may necessitate new system functionality that cannot be delivered within the original system scope. New statutory reporting, safeguarding or compliance obligations may require system redesign or additional modules that cannot be delivered within the original system scope. The deployment of new corporate platforms (finance, HR, CRM) may create integration requirements that the transport system cannot natively support. Changes in data governance expectations may require enhancements to system storage, audit trails, or consent management that the existing system cannot accommodate. Updates to accessibility standards may render parts of the system non-compliant, requiring interface changes that exceed the original design. Updates to mobile devices, operating systems, or onboard hardware may cause components of the system or associated apps to become incompatible or unsupported. These risks cannot be managed as part of the procurement process but if they were to materialise dialogue/negotiation would need to take place and any changes to the contract agreed by formal change control under the contract."
    },
    "language": "en"
}