Section one: Contracting authority
one.1) Name and addresses
West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
commercial.team@westyorks-ca.gov.uk
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://uk.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=93204&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=93204&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
Batch 755 - Wakefield and Kirklees district
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
Batch 755 - Wakefield and Kirklees district July 2025 to March 2027 or January 2028
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
two.2.4) Description of the procurement
Batch 755 - Wakefield and Kirklees district July 2025 to March 2027 or January 2028
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
30
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: 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 May 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: 30 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 May 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
London
Country
United Kingdom