School and Passenger Travel Transport Management Systems

Open

Buyers

Value

£320,000

Classifications

  • Software package and information systems

Tags

  • tender

Submission Deadline

1 month from now

Published

1 day ago

Description

Gateshead Council (the Council) is seeking to procure an "out-of-the-box" passenger transport management system that is ready for immediate implementation upon contract award. This system will support the efficient delivery and contract management of home-to-school and social care transport services for residents across the borough.
The system must be capable of managing the current operational scope, along with future increases:
•	Number of passengers: 774 passengers
•	Number of contracted drivers/chaperones: 350
•	Number of destinations: 257
The Council requires a solution that is user-friendly, scalable, and capable of integrating with existing systems where necessary. The system should support route planning, real-time tracking, compliance monitoring, and reporting functionalities.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

HMRC Competition to Identify Deliberate Evasion and Help Close the Tax Gap

Small business accounts for approximately 60% of the UK tax gap. This is driven by a range of customer behaviours from simple error through to deliberate evasion. Identifying deliberate evasion is inherently difficult across a very large population of more than 5m customers. By its nature its intent is to hide and deceive. This can lead to risk targeting and response being more costly for HMRC which impacts on our ability to close the tax gap and can increase burdens on compliant customers. Using data to identify potential deliberate evasion in our analytical risking processes may help improve HMRC's approach to managing this risk and the customer impacts of that. We would like to explore novel analytical techniques and data that help identify indicators of potential evasion in our risking processes. We are seeking solution(s) that can help close the tax gap by identifying deliberate evasion behaviour among small business customers. We are open to exploring a variety of potential solutions that achieve this objective. While not a formal requirement, we anticipate that some solutions will: (a) Identify or confirm potential evasion, by predicting behaviour, (b) Explore different uses of data available to HMRC or third parties. Further information and context on this problem statement is available in the tender documentation. The challenge to identify indicators of evasion: • There are an estimated 5.45 million small businesses in the UK (0 to 49 employees). • Small businesses operate in all of our main tax regimes: Corporation Tax, VAT, PAYE, Income Tax Self-Assessment. • Small business operate across almost all sectors of the economy and evasion can be more prevalent in some sectors and populations than others. • We have access to significant amounts of data provided by customers in their tax returns which can be monthly, quarterly, annual and transactional depending on the tax regime. • We also have access to some Third Party Data, e.g. Merchant Acquirer data. • We use at - scale analytics to detect anomalies as indicators of risk for further investigation. • Analysis to detect indicators of behaviour, specifically evasion behaviour, is challenging. • This can lead to risk targeting and response being more costly for HMRC and burdensome for the customer.

Katy Reed

Published 3 hours ago
Open

Portfolio Information Management System

The current version of the Portfolio Information Management System (PIMS) was implemented by the West Yorkshire Combined Authority in 2018. The system was developed to improve the transparency and consistency of information for projects that were being delivered by the Combined Authority and its delivery partners, and because of that, improve the efficiency of monitoring and reporting information. Since then, WYCA has expanded its portfolio significantly — from 200 to over 800 project sites — and the existing system has struggled to keep pace. Key challenges include: • Outdated technology architecture. • Manual, resource-intensive updates. • Limited reporting and dashboarding capabilities. • A lack of scalability for growing governance and assurance needs. In response, WYCA’s Strategic Portfolio Office (SPO) has engaged internal stakeholders throughout WYCA and reviewed lessons learned to define the vision for a future-ready system. We are now seeking a development partner to provide a new system that delivers improved functionality, efficiency, and user experience. Project Objectives The new PIMS should enable the following key outcomes: 1. Up-to-Date Project Visibility Provide reliable, real-time access to performance, financials, and status across all live and completed projects. 2. Streamlined Reporting Offer configurable dashboards and automated reporting (including Power BI integration) for users at all levels — from project teams to senior leaders. 3. Data-Driven Decision Making Support robust evaluation and assurance through consistent data capture aligned with WYCA’s Evaluation Strategy. 4. System Integration Seamlessly integrate with WYCA’s existing tools and infrastructure, including Microsoft Office 365, CI Anywhere, and CRM platforms. 5. Operational Efficiency Reduce administrative burden through bulk updates, workflow automation, and smart form validation. 6. User Adoption & Confidence Be intuitive and trusted — so much so that it could be confidentl

Katy Reed

Published 13 hours ago
Open

HCC - 06/25 - Provision of Local Electric Vehicle Charging Infrastructure

Hertfordshire County Council is currently out to procurement for the Provision of Local Electric Vehicle Charging Infrastructure The purpose of this procurement exercise is to enable prospective Concessionaires to provide a tender laying out how they would introduce additional chargepoints in on-street, off-street and local car park locations across Hertfordshire. Utilising funding provided by the Department for Transport for the LEVI programme; this is a collaborative initiative with Hertfordshire County Council (the lead Highways authority), 10 District and Boroughs within Hertfordshire, inclusive of Parish and Town Councils. The LEVI programme aims to increase the provision of Electric Vehicle charging infrastructure across the county through the installation of EV infrastructure primarily in areas where residents do not have access to off street parking or find it difficult to access a chargepoint. This is particularly important for subsidising areas which are likely to be less commercially attractive to suppliers. The concessionaire(s) will be procured by Hertfordshire County Council ('the Council') on behalf of a consortium of lower tier authorities who have all committed to this programme, and have signed a Collaboration Agreement, which will be appended to the concession contract. The partnership authorities include: Hertfordshire County Council (lead delivery authority) • Broxbourne Borough Council • Dacorum Borough Council • East Hertfordshire District Council • Hertsmere Borough Council • North Hertfordshire District Council • St Albans City and District Council • Stevenage Borough Council • Three Rivers District Council • Welwyn Hatfield Borough Council • Watford Borough Council As a Tranche 1 authority Hertfordshire has received £6,015,000 of LEVI capital funding and expect that this will contribute towards our 2030 targets for electric vehicle charging provision. In line with our strategy the council is seeking service Concessionaires to increase provision of chargepoints, in the following types of locations spread across the county: Council owned car parks for both local and destination charging (there are 26,000 parking spaces and 400 available car parks across the county). For the LEVI fund the carparks in scope would need to be in proximity (roughly 5-min walk) to residential areas and be appropriate for overnight charging. Off-street locations in the form of hubs on other public-owned land On-street – including standalone bollards, hubs, lamp columns. The county has been split into three lots by geographical area. The purpose of this lotting is to provide consumers with options for different CPOs across the county, encourage competition and competitive tariffs and mitigate any risk of a monopoly across the county. Assigning lots as shown below, enables CPOs to provide charging infrastructure in urban and rural locations at a district level with each provider for the 3 lots being assigned a ‘section’ of the County. Lot Title 1 St Albans, Welwyn Hatfield, North Herts 2 Three Rivers, Watford, Hertsmere, Dacorum 3 Stevenage, Broxbourne, East Herts Tenderers may bid for one Lot, two lots, or all three Lots. The ITT Response Document applies commonly to all the relevant Lots selected apart from Bid Form 10 (Scale) which should be completed for each of the individual Lots being bid for. To maintain competition across the county Tenderers will be awarded a maximum of one Lot. Tenders for each Lot must be independent of each other, and not reliant on being awarded multiple Lots. Full details of the requirement and context of the procurement can be found in the Service Specification which is in Schedule 1 and Schedule 2 of the Contract Document. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 22nd August 2025 Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Katy Reed

Published 2 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete