Opportunity

Merseytravel Bus Services DPS

  • Merseytravel

F02: Contract notice

Notice reference: 2022/S 000-022994

Published 18 August 2022, 3:13pm



Section one: Contracting authority

one.1) Name and addresses

Merseytravel

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.3) Communication

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

www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.the-chest.org.uk

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

Merseytravel Bus Services DPS

Reference number

DN624932

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.1.4) Short description

Merseytravel wishes to establish a Dynamic Purchasing System (“DPS”) with multiple Transport Operators.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside

two.2.4) Description of the procurement

Merseytravel wishes to establish a Dynamic Purchasing System (“DPS”) with multiple Transport Operators.

We estimate that we will spend up to £50million per annum during the 10 year term of the DPS. Please note this amount may change during the 10 Year Terms of the DPS.

The DPS will be open until 31 August 2032 and Transport Operators can submit their application to the DPS at any stage during this period. It should be noted the closing date for the first round of applications is 20 September 2022.

Following the first closing date for applications, the submissions will be opened monthly, please see the Procurement documents for further information.

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: £500,000,000

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

End date

31 August 2032

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

List and brief description of conditions

Transport Operators must hold a valid PSV licence.

three.2) Conditions related to the contract

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

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

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

Date

31 August 2032

Local time

11:00am

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

English


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

London

WC2A 2LL

Country

United Kingdom