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
E-mail: harry.walton@westyorks-ca.gov.uk
NUTS: UKE4
Internet address(es)
Main address: https://www.westyorks-ca.gov.uk
Address of the buyer profile: 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=89177&B=UK
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89177&B=UK
Tenders or requests to participate must be sent 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
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:
19 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Batch 751 - School Transport Services
II.2.2) Additional CPV code(s)
60000000
II.2.3) Place of performance
NUTS code:
UKE4
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:
19 000 000.00
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.2.9) Information about the limits on the number of candidates to be invited
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 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
EN
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
VI.5) Date of dispatch of this notice
14/02/2025