Contract

Provision of Bikeability Cycle Training within Merseyside/ Liverpool City Region

  • Merseytravel/ Liverpool City Region Combined Authority

F03: Contract award notice

Notice identifier: 2022/S 000-019457

Procurement identifier (OCID): ocds-h6vhtk-031f6c

Published 15 July 2022, 3:40pm



Section one: Contracting authority

one.1) Name and addresses

Merseytravel/ Liverpool City Region Combined Authority

1 Mann Island

Liverpool

L3 1BP

Contact

Procurement Team

Email

tender@liverpoolcityregion-ca.gov.uk

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.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Bikeability Cycle Training within Merseyside/ Liverpool City Region

Reference number

DN601086

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

To support the management and delivery of Bikeability Cycle Training within

Merseyside/Liverpool City Region increasing child safety and increase cycling trips whereby

more children cycle to school.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £548,000 / Highest offer: £2,500,000 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside

two.2.4) Description of the procurement

To support the management and delivery of Bikeability Cycle Training within

Merseyside/Liverpool City Region increasing child safety and increase cycling trips whereby

more children cycle to school.

The contract term will be dependent on funding through received from the Department for Transport. The minimum term will be one year. The maximum term is 4 years.

Currently we have £554,000 confirmed for 2022-2023, the funding for the subsequent

years will be confirmed annually and will be extended annually dependent on the funding

awarded.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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 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: 2022/S 000-006355

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Contract No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 June 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

BikeRight! Limited

Unit 4.01 The Boatshed, 22 Exchange Quay,

Manchester,

M5 3EQ

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £548,000 / Highest offer: £2,500,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom