Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cambridgeshire & Peterborough Combined Authority
Cambridgeshire & Peterborough Combined Authority, 2nd floor, Pathfinder House, St Mary's Street
Huntingdon
PE29 3TN
UK
Contact person: Miss Chantel Allott
Telephone: +44 1480277180
E-mail: chantel.allott@cambridgeshirepeterborough-ca.gov.uk
NUTS: UKH12
Internet address(es)
Main address: https://cambridgeshirepeterborough-ca.gov.uk
Address of the buyer profile: https://cambridgeshirepeterborough-ca.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert/Index?advertId=8e915a5c-4fd9-ef11-8133-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=8e915a5c-4fd9-ef11-8133-005056b64545
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
2025 Tiger Routes - local bus services
Reference number: DN760182
II.1.2) Main CPV code
60100000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is seeking to award bus services contracts to multiple suppliers for the following requirements:
• The supply of local bus services (contracts Tiger 1, Tiger 2 & 3, Tiger 4, Tiger 5, Tiger 7, Tiger 9 and Tiger 12).
• Contracts funded with money allocated by the Cambridgeshire & Peterborough Combined Authority (CPCA) to support local bus services.
• From 27th May 2025 for 12 months + 12 months + 12 months.
The Authority is planning to award seven (7) separate contracts relating to the provision of Local Bus Services. The contracts start on Tuesday 27th May 2025. The contractor must be able to provide the full service required from this start date.
The Authority reserves the right not to conclude a contract for the service for which the Tender is invited.
The Route Schedule details the requirements for these contracts, such as the route, timetable, type of vehicle, and type of ticketing equipment to be used.
Any extra requirements relating to the contracts that are not covered in the ITT document or in the Conditions of Contract will be displayed in the Route Schedule under ‘Special Conditions’.
Potential providers are encouraged to consider how the contracts they are tendering for can be integrated with the commercial bus network, where applicable.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
The 7 separate routes will be treated as individual Lots
II.2.2) Additional CPV code(s)
34120000
II.2.3) Place of performance
NUTS code:
UKH11
UKH12
II.2.4) Description of the procurement
The Authority is planning to award seven (7) separate contracts relating to the provision of Local Bus Services. The contracts start on Tuesday the 27th of May 2025. The contractor must be able to provide the full service required from the start date stated on each Route Schedule. The Authority reserves the right not to conclude a contract for some or all the services for which Tenders are invited.
The Route Schedule details the requirements for these contracts, such as the route, timetable, type of vehicle, and type of ticketing equipment to be used.
Any extra requirements relating to the contracts that are not covered in the ITT document or in the Conditions of Contract will be displayed in the Route Schedule under ‘Special Conditions’.
The Authority has decided to use the Open Procedure for this project in accordance with the requirements of Regulation 27, PCRs2015. This is a single-stage process which addresses the mandatory and discretionary exclusions (through the completion of the part 1 & 2 SSQ) and quality assessments as a single stage.
The Process will be managed on the Due North/Pro-Contract Portal, hosted by Bid-Eastern.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
27/05/2025
This contract is subject to renewal: Yes
Description of renewals:
Initial contract term of 12 months with a 12 months + 12 months option to extend.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
24/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
24/02/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
23/01/2025