Tender

Provision of Planned Metro Replacement Bus Services

  • Tyne & Wear PTE t/a Nexus

F05: Contract notice – utilities

Notice identifier: 2025/S 000-001222

Procurement identifier (OCID): ocds-h6vhtk-04cd83

Published 14 January 2025, 3:35pm



Section one: Contracting entity

one.1) Name and addresses

Tyne & Wear PTE t/a Nexus

33 St James' Blvd

Newcastle upon Tyne

NE14AX

Contact

Nexus Procurement Team

Email

tenders@nexus.org.uk

Country

United Kingdom

Region code

UKC22 - Tyneside

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.nexus.org.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.nepo.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.nepo.org/

one.6) Main activity

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Planned Metro Replacement Bus Services

Reference number

NEX24/62

two.1.2) Main CPV code

  • 60112000 - Public road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a formal invitation to tender under the Transport Act 1985 for operators to join a multi-supplier framework with effect from 1 April 2025. The framework is for the provision of Metro Replacement bus services during Metro line-closures which have been pre-planned. Tenderers who are successful in attaining a position on the multi-supplier framework will be invited to participate in further competitions for each planned closure based on the actual service required. Services provided will operate to specified timetables. The vehicles required will be low floor, easy access, meeting a minimum of Euro 5 or Euro 6 engine emission standards, depending on the service tendered. Vehicles should meet the requirements of the Equality Act 2010 with a minimum capacity of 84 (total of seated and standees) and should be double deck, or single deck in excess of 12 metres in length. All additional information, service and suitability requirements is set out within the procurement documentation.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKC2 - Northumberland and Tyne and Wear

two.2.4) Description of the procurement

This is a formal invitation to tender under the Transport Act 1985 for operators to join a multi-supplier framework with effect from 1st April 2025. The framework is for the provision of Metro Replacement bus services during Metro line-closures which have been pre-planned. Tenderers who are successful in attaining a position on the multi-supplier framework will be invited to participate in further competitions for each planned closure based on the actual service required. Services provided will operate to specified timetables. The vehicles required will be low floor, easy access, meeting a minimum of Euro 5 or Euro 6 engine emission standards, depending on the service tendered. Vehicles should meet the requirements of the Equality Act 2010 with a minimum capacity of 84 (total of seated and standees) and should be double deck, or single deck in excess of 12 metres in length. All additional information, service and suitability requirements is set out within the procurement documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As set out in the procurement documentation.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As set out in the procurement documentation.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-000170

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 February 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 February 2025

Local time

12:15pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Tyne and Wear PTE trading as Nexus

33 St James' Blvd

Newcastle upon Tyne

NE1 4AX

Country

United Kingdom