Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West of England Combined Authority
Rivergate House, 70 Redcliff Street, Redcliffe
Bristol
BS1 6AL
UK
E-mail: Commercial@westofengland-ca.gov.uk
NUTS: UKK1
Internet address(es)
Main address: https://www.westofengland-ca.org.uk/
Address of the buyer profile: https://www.westofengland-ca.org.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/
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
Dynamic Purchasing System (DPS) For Bus Services
Reference number: DN700585
II.1.2) Main CPV code
60000000
II.1.3) Type of contract
Services
II.1.4) Short description
The DPS will be for the provision of Supported Bus Services in the South West of England including Bristol, Banes, North Somerset and South Gloucester.
This tender is for financially supported services known as Supported Bus Services. The West of England Combined Authority financially supports bus services when a service or parts of service are unprofitable for example routes with low passenger numbers, early morning services, late evening services or Sunday services. Some services may be commercial viable such as park and ride services.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKK1
II.2.4) Description of the procurement
The DPS will be for the provision of Supported Bus Services in the South West of England including Bristol, Banes, North Somerset and South Gloucester.
This tender is for financially supported services known as Supported Bus Services. The West of England Combined Authority financially supports bus services when a service or parts of service are unprofitable for example routes with low passenger numbers, early morning services, late evening services or Sunday services. Some services may be commercial viable such as park and ride services.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
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.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
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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:
03/01/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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
Royal Courts of Justice
London
UK
VI.5) Date of dispatch of this notice
28/11/2023