Section one: Contracting authority
one.1) Name and addresses
Merseytravel
No.1 Mann Island
Liverpool
L3 1BP
Contact
Procurement Team
tender@liverpoolcityregion-ca.gov.uk
Telephone
+44 1513301197
Country
United Kingdom
NUTS code
UKD7 - Merseyside
Internet address(es)
Main address
http://www.merseytravel.gov.uk/
Buyer's address
http://www.merseytravel.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Public Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Subsidised Bus Services Round 322
Reference number
DN603171
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of supported bus services contracts within the Merseyside region. There are 81 Lots:
Lot 1 - T5257,
Lot 2 - T5258,
Lot 3 - T5259,
Lot 4 - T5260,
Lot 5 - T5261,
Lot 6 - T5262,
Lot 7 - T5263,
Lot 8 - T5264,
Lot 9 - T5265,
Lot 10 - T5266,
Lot 11 - T5267,
Lot 12 - T5268,
Lot 13 - T5269
Lot 14 - T5270.
Lot 15 - T5271,
Lot 16 - T5272,
Lot 17 - T5273,
Lot 18 - T5274,
Lot 19 - T5275,
Lot 20 - T5276,
Lot 21 - T5277,
Lot 22 - T5278,
Lot 23 - T5279,
Lot 24 - T5280,
Lot 25 - T5281,
Lot 26 - T5282A
Lot 27 - T5282B,
Lot 28 - T5283,
Lot 29 - T5284,
Lot 30 - T5285,
Lot 31 - T5286,
Lot 32 - T5287,
Lot 33 - T5288A,
Lot 34 - T5288B,
Lot 35 - T5289,
Lot 36 - T5290,
Lot 37 - T5291,
Lot 38 - T5292,
Lot 39 - T5293A,
Lot 40 - T5293B,
Lot 41 - T5294,
Lot 42 - T5295,
Lot 43 - T5296,
Lot 44 - T5297,
Lot 45 - T5298,
Lot 46 - T5299,
Lot 47 - T5300,
Lot 48 - T5301,
Lot 49 - T5302,
Lot 50 - T5303,
Lot 51 - T5304,
Lot 52 - T5305
Lot 53 - T5306,
Lot 54 - T5307,
Lot 55 - T5308,
Lot 56 - T5309,
Lot 57 - T5310,
Lot 58 - T5311A,
Lot 59 - T5311B,
Lot 60 - T5312,
Lot 61 - T5313,
Lot 62 - T5314,
Lot 63 - T5315,
Lot 64 - T5316,
Lot 65 - T5317,
Lot 66 - T5318,
Lot 67 - T5319,
Lot 68 - T5320,
Lot 69 - T5321,
Lot 70 - T5322,
Lot 71 - T5323A,
Lot 72 - T5323B,
Lot 73 - T5324,
Lot 74 - T5325,
Lot 75 - T5326,
Lot 76 - T5327,
Lot 77 - T5328,
Lot 78 - T5329,
Lot 79 - T5330A,
Lot 80 - T5330B,
Lot 81 - T5331
Start date 4/9/22 and various end dates 1/9/24, 13/4/25, 31/8/25 as listed in tender documents.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
T5257 - T5331
Lot No
1-81
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Provision of supported bus services contracts within the Merseyside region. There are 81 Lots:
Lot 1 - T5257,
Lot 2 - T5258,
Lot 3 - T5259,
Lot 4 - T5260,
Lot 5 - T5261,
Lot 6 - T5262,
Lot 7 - T5263,
Lot 8 - T5264,
Lot 9 - T5265,
Lot 10 - T5266,
Lot 11 - T5267,
Lot 12 - T5268,
Lot 13 - T5269
Lot 14 - T5270.
Lot 15 - T5271,
Lot 16 - T5272,
Lot 17 - T5273,
Lot 18 - T5274,
Lot 19 - T5275,
Lot 20 - T5276,
Lot 21 - T5277,
Lot 22 - T5278,
Lot 23 - T5279,
Lot 24 - T5280,
Lot 25 - T5281,
Lot 26 - T5282A
Lot 27 - T5282B,
Lot 28 - T5283,
Lot 29 - T5284,
Lot 30 - T5285,
Lot 31 - T5286,
Lot 32 - T5287,
Lot 33 - T5288A,
Lot 34 - T5288B,
Lot 35 - T5289,
Lot 36 - T5290,
Lot 37 - T5291,
Lot 38 - T5292,
Lot 39 - T5293A,
Lot 40 - T5293B,
Lot 41 - T5294,
Lot 42 - T5295,
Lot 43 - T5296,
Lot 44 - T5297,
Lot 45 - T5298,
Lot 46 - T5299,
Lot 47 - T5300,
Lot 48 - T5301,
Lot 49 - T5302,
Lot 50 - T5303,
Lot 51 - T5304,
Lot 52 - T5305
Lot 53 - T5306,
Lot 54 - T5307,
Lot 55 - T5308,
Lot 56 - T5309,
Lot 57 - T5310,
Lot 58 - T5311A,
Lot 59 - T5311B,
Lot 60 - T5312,
Lot 61 - T5313,
Lot 62 - T5314,
Lot 63 - T5315,
Lot 64 - T5316,
Lot 65 - T5317,
Lot 66 - T5318,
Lot 67 - T5319,
Lot 68 - T5320,
Lot 69 - T5321,
Lot 70 - T5322,
Lot 71 - T5323A,
Lot 72 - T5323B,
Lot 73 - T5324,
Lot 74 - T5325,
Lot 75 - T5326,
Lot 76 - T5327,
Lot 77 - T5328,
Lot 78 - T5329,
Lot 79 - T5330A,
Lot 80 - T5330B,
Lot 81 - T5331
Start date 4/9/22 and various end dates 1/9/24, 13/4/25, 31/8/25 as listed in tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 0
Price - Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £8,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 September 2022
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Tenderers may bid for one lot or any combination of lots.
Tender variations
Some tenders are offered with A/B variations and the following should be noted:
If T5211A is awarded then T5211B will not be, and vice versa
If T5323A is awarded then T5323B will not be, and vice versa
If T5330A is awarded then T5330B will not be, and vice versa
If T5282A is awarded then T5282B will not be, and vice versa
If T5288A is awarded then T5288B will not be, and vice versa
If T5293A is awarded then T5293B will not be, and vice versa
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
When awarding this contract, Merseytravel do not commit themselves to accept the lowest or any tender. In determining which, if any, tender to accept, Merseytravel will seek to provide the most effective service to the public and the most economic use of subsidy.
There is provision in for contract Extension(s) of up to 24 months
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
Suppliers must hold a valid PSV licence.
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.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Suppliers must hold a valid PSV licence. Please see the terms and conditions for additional information.
three.2.2) Contract performance conditions
Suppliers must hold a valid PSV licence. Please see the terms and conditions for additional information.
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-009288
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 April 2022
Local time
11:00am
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 April 2022
Local time
11:00am
Place
The Chest
Information about authorised persons and opening procedure
The Procurement Team via The Chest
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
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Review procedures are as set out in the Public Contracts Regulations 2015. Proceedings under the Public Contracts Regulations 2015 are time limited, and any such proceedings must be brought in the High Court of England and Wales