Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/035435-2026
20th April 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-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"
}