Contract notice

Information

Published

Expire date: 23/11/2023

External Reference: 2023-571785

FTS Reference: 2023-031364

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

West Yorkshire Combined Authority
8876556
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
UK
Contact person: Lauren Robinson
Telephone: +44 1132517499
NUTS code:  UKE4 -  West Yorkshire
Internet address(es):
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 abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned 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: 12000000.00  GBP
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 code:  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: 12000000.00  GBP
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
III.2)

Conditions related to the contract

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:  23/11/2023
Local time:  12:00
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:  23/11/2023
Local time:  12:00

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
UK

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
UK
Telephone: +44 1132517499