Contract notice

Information

Published

Expire date: 21/03/2025

External Reference: 2025-589865

FTS Reference: 2025-005061

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: Harry Walton
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=89177&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

Batch 751 - School Transport Services
II.1.2)

Main CPV code

60000000  -  Transport services (excl. Waste transport)
II.1.3)

Type of contract

Services
II.1.4)

Short description

Procurement for the provision of school transport services accross West Yorkshire. Services are tendered in Lots and for an intial two (2) year term, with three (3) x one (1) year extension options to bring the maximum contract term to five (5) years.
The Lots include either a mixture of, or only, the following service types: standard home-to-school services, mybus primary home-to-school services, and swimming/leisure services.
II.1.5)

Estimated total value

Value excluding VAT: 19000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Batch 751 - School Transport Services
Lot No:  1
II.2.2)

Additional CPV code(s)

60000000  -  Transport services (excl. Waste transport)
II.2.3)

Place of performance

NUTS code:  UKE4 -  West Yorkshire
II.2.4)

Description of the procurement

The Lots include either a mixture of, or only, the following service types: standard home-to-school services, mybus primary home-to-school services, and swimming services.
Tenderers should refer to tender documents for further information on lots.
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: 19000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
3 x 1 year extension options at the discretion of the Combined Authority.
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
II.2.14)

Additional information

Contract value is anticipated maximum value of contracts to be awarded, inclusive of extension options.

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:  18/03/2025
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  18/03/2025
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
London
UK