Re-procurement and Renewal of School Transport Contracts
February 9, 2026 Cabinet (Cabinet collective) Approved View on council websiteThis summary is generated by AI from the council’s published record and supporting documents. Check the full council record and source link before relying on it.
Summary
...adopted an internally managed Open Framework as the procurement route for all contracted Home to School Transport services for the next eight years.
Full council record
Decision
Purpose of
Report
The report sets out the procurement options
considered and recommendations for the future commissioning and
management of contracted Home to School Transport (HTST) services
over the next eight years.
Decision
Cabinet Agreed to adopt an internally managed
Open Framework as the procurement route for all contracted Home to
School Transport services, including Social Care transport routes
commissioned through the Home to School Transport team, for the
next eight years.
Reasons for
Decision
1.
This approach builds on the previous Dynamic Purchasing System
(DPS) model, providing the most robust balance of cost efficiency,
operational efficiency, supplier flexibility, long?term resilience,
and compliance with the Procurement Act 2023. It also removes the
need for repeated due?diligence exercises required by Contract
Standing Orders, as suppliers are vetted once at framework
admission. Through scheduled reopenings, the Local Authority can
maintain competitive tension and support local market development,
while mini?competitions ensure competitive pricing and quality
standards throughout the 8-year term
Alternative Options
Considered and Rejected
1.
The Traditional Closed Framework was explored and ruled out. This
approach means we cannotrefresh
suppliers mid?term, which weakens competition and risks price
inflation as the framework ages.There is also a need to re?procure
sooner than an Open Framework.
2.
The Outsourced Open Framework option has been explored and ruled
out. This introduces avoidable delay and additional cost through
the initial procurement of the framework operator and embeds
ongoing management fees without a commensurate improvement in
outcomes over an internally managed model. It also reduces the
Local Authority’s direct control over call?off design and
supplier development, which is central to tailoring solutions for
local needs and ensuring continuous improvement. This model creates
long?term dependency and exit risks, whereas an internally managed
Open Framework maintains institutional knowledge, preserves
agility, and delivers stronger overall value for money for the
Council’s mainly sub?£50k route portfolio.
3.
The Single Supplier Contract option was excluded based on previous
experience of this Contracting model which caused high dependency
and resilience risks and the loss of competitive tension during the
contract term.
4.
The Multiple Supplier (Lotted) Contract was not considered suitable
because of its substantial administrative workload and lower
efficiency compared to using lots within an Open Framework.
5.
Multiple Spot Contracts were dismissed due to the unsustainable
administrative burden created by Contract Standing Orders, repeated
due?diligence requirements, and the loss of economies of scale.
6.
If there is a change in circumstances and the recommended
procurement route cannot be undertake
nor no longer represents best value for the Council, any subsequent
procurement route will be undertaken will be in accordance with the
Council’s Contract Standing Orders and Procurement Law
Related Meeting
Cabinet - Monday 9 February 2026 2.00 pm on February 9, 2026
Supporting Documents
Details
| Outcome | Recommendations Approved |
| Decision date | 9 Feb 2026 |
| Subject to call-in | Yes |