Surrey County Council has opened a £48 million Client Transport Services framework running from 2026 to 2034, covering home-to-school transport for mainstream and SEN pupils, adult day centre transport, looked-after children journeys, and respite care travel.
The eight-year term and contract value make this one of the most substantial client transport opportunities in the South East, and the three-lot structure means there are routes in for a wide range of operators, from standard passenger transport providers through to CQC-registered specialists delivering complex health journeys.
What services are required?
The framework covers non-emergency client transport across four core journey types: home-to-school transport for mainstream and SEN pupils, adult day centre transport, looked-after children transport, and respite care journeys.
Surrey County Council provides these services under the Education Act 1996 and adult social care duties, ensuring that eligible students and vulnerable adults can access education, day services and care reliably and safely.
Pricing is set at call-off stage rather than at framework level, with mileage adjustment rates indicated (Saloon £2.50 per mile for journeys 0–19.99 miles, Minibus £4.00 per mile, with decreasing rates for longer distances).
Providers should expect commercial flexibility but also commercial scrutiny: payment terms are fixed at 30 days from a correct invoice, with no price variations permitted without written acceptance.
What is it solving?
Surrey is addressing three connected pressures.
- Statutory duty under the Education Act 1996 – The Council is legally obliged to provide free or subsidised transport for eligible students, particularly those with SEN or disabilities, and needs a reliable supply chain to discharge that duty.
- Safeguarding and quality assurance – Transporting children, SEN pupils and vulnerable adults requires consistent, well-governed providers rather than fragmented ad-hoc arrangements.
- Market complexity – Client transport spans simple saloon journeys through to complex health interventions in transit, and the three-lot structure is designed to match the right operator type to the right journey complexity rather than treating all transport as a single commodity.
For pupils and vulnerable adults, the underlying purpose is regular, punctual and safe access to school, day services and respite care, reducing absenteeism, supporting educational attainment, and protecting wellbeing through travel arrangements that are dependable rather than disruptive.
Who is it ideal for?
This framework is suited to passenger transport operators, taxi and private hire firms, community transport organisations and specialist client transport providers operating in Surrey or bordering authorities.
The three-lot structure means operators of very different scales and specialisms can find an appropriate route in but each lot has distinct regulatory, operational and clinical requirements that applicants must meet in full.
Service type and user group
The service is non-emergency patient and client transport, covering home-to-school transport (mainstream and SEN), adult day centre transport, looked-after children journeys, and respite care travel.
The user groups are children of school age, including SEN pupils, and vulnerable adults with learning disabilities and/or physical disabilities. Operators must be ready to handle the safeguarding, communication and behavioural support needs that come with these cohorts, not just the driving.
Lot structure
The framework is divided into three lots, each with its own regulatory and operational profile:
- Lot 1 – Standard Transport: All vehicle types, covering the bulk of routine client journeys
- Lot 2 – Enhanced Needs: Complex SEN and behavioural needs; specialist SEN experience required
- Lot 3 – Complex Health: CQC-registered providers delivering health interventions in transit
Providers should bid only for the lots they can demonstrably deliver. Lot 2 requires specialist SEN experience, and Lot 3 requires CQC registration, these are not stretch criteria, they are gatekeepers.
Mandatory eligibility requirements
- Regulatory licensing appropriate to the lot – PSV Operator Licence, Private Hire or Hackney Carriage Licence (from Surrey or a bordering authority), Section 19/22 permits for Community Transport, or CQC registration for Lot 3.
- Geographic alignment – services primarily within Surrey (UKJ25 West Surrey, UKJ26 East Surrey), and any Private Hire or Hackney licences must be from Surrey or a bordering authority.
- Proven track record – extensive knowledge and experience of providing relevant client transport services, evidenced through contract examples and case studies; Lot 2 specifically requires specialist SEN experience.
- Driver licensing and vetting – valid DVLA driving licence with a minimum of three years’ experience, plus the appropriate professional licence (PSV, Private Hire, or Hackney Carriage driver licence), checked at least annually.
- Vehicle compliance – valid MOT, road tax, insurance and appropriate licensing; forward-facing seats only; lap/diagonal seatbelts; childproof locks; wheelchair accessibility where required; PSVAR compliance where applicable.
- Insurance cover – passenger liability, employer’s liability, public liability, plus medical malpractice insurance for Lot 3 where applicable.
- Financial standing – financial documentation from recent years and a financial capacity assessment; payment terms fixed at 30 days from the correct invoice with no unilateral price variations.
What should providers have in place?
- Compliant vehicle fleet – Vehicles meeting all licensing, safety and accessibility standards, with PSVAR compliance and wheelchair access where the lot demands it.
- Vetted, trained driver workforce – Enhanced DBS checks, safeguarding training, SEN-specific training for Lot 2, and clinical or health-related training for Lot 3.
- Up-to-date policies and procedures – Health & Safety, Safeguarding, Safer Employment, Environmental, plus journey-specific risk assessments and incident reporting protocols.
- Operational resilience – Contingency planning for vehicle breakdowns, driver absence, and route disruption, with documented escalation routes to the Council and to schools or day services.
- Booking, scheduling and reporting infrastructure – Systems capable of integrating with Surrey’s call-off arrangements and producing the contract performance data the Council will expect across an eight-year term.
- Lot-specific specialism – Documented SEN experience for Lot 2; CQC registration and clinical governance for Lot 3, including medical malpractice insurance where journeys involve health interventions
Watch: tender summary video
If you would like to speak to a sales consultant about your bid for this framework, book a consultation with the AssuredBID team. We will talk through your eligibility across the three lots, your fleet and licensing position, and your bid strategy, and outline how our specialist bid writers can support your submission.
To review the full eligibility criteria, lot specifications, pricing schedule and submission deadline, visit Surrey County Council Client Transport Services.


