Tender

West Yorkshire Transport Insights Survey

  • West Yorkshire Combined Authority

F02: Contract notice

Notice identifier: 2025/S 000-003811

Procurement identifier (OCID): ocds-h6vhtk-04dbd7

Published 5 February 2025, 1:16pm



Section one: Contracting authority

one.1) Name and addresses

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Contact

Andy Serotsky

Email

andrew.serotsky@westyorks-ca.gov.uk

Telephone

+44 0113123456

Country

United Kingdom

Region code

UKE4 - West Yorkshire

National registration number

8876556

Internet address(es)

Main address

https://www.westyorks-ca.gov.uk

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103257

one.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=89186&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89186&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

West Yorkshire Transport Insights Survey

two.1.2) Main CPV code

  • 79311210 - Telephone survey services

two.1.3) Type of contract

Services

two.1.4) Short description

The West Yorkshire Combined Authority (“Authority”) requires an organisation to undertake telephone surveys as part of the Transport Insights Survey. These surveys must be conducted with a representative sample of West Yorkshire residents. Although operation data provides information on various transport modes in West Yorkshire, the Transport Insights Survey is required to understand the impact of the existing transport modes on West Yorkshire residents’ travel choices. Understanding and tracking people’s perceptions of public transport via the survey will help the authority to better understand and plan for the changes in travel patterns.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79311000 - Survey services
  • 79342310 - Customer survey services
  • 79342311 - Customer satisfaction survey

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

The West Yorkshire Combined Authority (“Authority”) requires an organisation to undertake telephone surveys as part of the Transport Insights Survey. These surveys must be conducted with a representative sample of West Yorkshire residents. Although operation data provides information on various transport modes in West Yorkshire, the Transport Insights Survey is required to understand the impact of the existing transport modes on West Yorkshire residents’ travel choices. Understanding and tracking people’s perceptions of public transport via the survey will help the authority to better understand and plan for the changes in travel patterns.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £200,000

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

Start date

1 April 2025

End date

2 October 2028

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

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

7 March 2025

Local time

1:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

7 March 2025

Local time

1:00pm


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

High Court of England and Wales

London

Country

United Kingdom