Construction Tenders

Thu October 17 2024

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 24th Oct 2023

Tender Details
Referenceocds-h6vhtk-040e9a
Common Procurement VocabularyBus maintenance services
Procurement MethodOpen procedure
Value£12,000,000
« Previous Page

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 24th Oct 2023

Tender Details
Referenceocds-h6vhtk-040e9a
Common Procurement VocabularyBus maintenance services
Procurement MethodOpen procedure
Value£12,000,000

Section I: Contracting authority

I.1) Name and addresses

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Contact

Lauren Robinson

Email

lauren.robinson [at] westyorks-ca.gov.uk

Telephone

+44 1132517499

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

National registration number

8876556

Internet address(es)

Main address

https://www.westyorks-ca.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103257

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46958&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46958&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Maintenance, Repair, Replacement and Installation of Shelters

Reference number

53197

II.1.2) Main CPV code

  • 50113200 - Bus maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

West Yorkshire Combined Authority (the CA) seeks competitive tenders to provide a Planned, Reactive, Replacement and Installation service relating to shelters and on street asset across West Yorkshire Combined Authority’s portfolio, located in the five districts of West Yorkshire.

II.1.5) Estimated total value

Value excluding VAT: £12,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45233293 - Installation of street furniture
  • 50113200 - Bus maintenance services
  • 50800000 - Miscellaneous repair and maintenance services

II.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

II.2.4) Description of the procurement

Services generally included in the contract requirements shall relate to upkeep and maintenance of the existing on street infrastructure stock of bus shelters and bus stops.

In addition to the maintenance requirements identified above the contract shall also cover requirements for the expansion of Network Navigation across West Yorkshire. Network Navigation is a programme which seeks to make it easier and more legible for people to identify an enhanced network of bus services, navigate the bus systems across core networks and contribute to targets to increase bus usage. Bus stops on Network Navigation corridors may be provided with enhanced facilities, which include a bespoke flag, up to 4 finials and an additional display case/s. There will also be a requirement for poles to be installed to support a real time information screen at a small number of stops (the real time information screen will be installed by the supplier, and this is not a requirement of this tender). Installation and maintenance of new Network Navigation works and the provision for sustainable elements to be included on new and retrofitted installations.

In addition to the above, the CA may request for works to be undertaken in accordance with its Asset Development Plan (ADP) which may include emergency repairs and replacement of life expired shelters with an alternative specification to the original asset.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £12,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial three (3) year term with two (2) 12-month optional extensions to be applied annually up to a maximum of two (2) years (maximum contract term of 5 years).

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

23 November 2023

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

23 November 2023

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Email

lauren.robinson [at] westyorks-ca.gov.uk

Telephone

+44 1132517499

Country

United Kingdom