Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cambridgeshire & Peterborough Combined Authority
Cambridgeshire & Peterborough Combined Authority, 72 Market Street
Ely
CB7 4LS
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=c9e51107-e7df-ec11-8115-005056b64545
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=c9e51107-e7df-ec11-8115-005056b64545
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
CPCA - West Huntingdonshire DRT
Reference number: DN615070
II.1.2) Main CPV code
60000000
II.1.3) Type of contract
Services
II.1.4) Short description
The CPCA seeks a provider or consortia to provide a Direct Responsive Transport (DRT) services in west Huntingdonshire.
It is intended to run the Ting service, which commenced October 2021 covering 360sq km of west Huntingdonshire, for a new 1 year contract with the ability to extend by a second year and potentially an additional (third) year. The intended start date is 19 October 2022. For this tender we are seeking a single provider
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKH12
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
19/10/2023
This contract is subject to renewal: Yes
Description of renewals:
The initial Contract will be for a period of 12 months and will include an option for the Contract to be extend by up to a further 12 months + 12 months making a total, maximum duration of 3 years.
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
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.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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/06/2022
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:
29/06/2022
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
High Court
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
30/05/2022