Opportunity

West Yorkshire Mass Transit Network - Business Case Development Partner

  • West Yorkshire Combined Authority

F02: Contract notice

Notice reference: 2021/S 000-023605

Published 22 September 2021, 4:44pm



Section one: Contracting authority

one.1) Name and addresses

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Contact

Darren Wood

Email

darren.wood@westyorks-ca.gov.uk

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

Internet address(es)

Main address

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

Buyer's address

https://in-tendhost.co.uk/westyorkshireca/aspx/Home

one.3) Communication

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

https://in-tendhost.co.uk/westyorkshireca/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/westyorkshireca/aspx/Home

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 Mass Transit Network - Business Case Development Partner

Reference number

PROJECT NO. CA1538

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The West Yorkshire Combined Authority (the CA) is seeking to procure a West Yorkshire Mass Transit Network: Business Case Development Partner/s to work in conjunction with the Combined Authority (and the 5 District Partners) to develop all future business case work associated with Mass Transit.The CA is seeking to establish a Framework to meet our needs. The Framework will be for an initial two (2) year term with three 12-month optional extensions to be applied annually up to a maximum of three (3) years (maximum contract term of 5 years) with a total value range of up to £25m. The Framework will consist of the following Lots: Lot 1 - Business Case Development; Funding Bid Development; Transport Modelling; Economic / Carbon Appraisal; Expert Witness - Value up to £20m. Lot 2 - Stakeholder Management, Consultation, Engagement and Objection Management - Value up to £3m. Lot 3 – Client Side Management – Value of up to £2m. A single supplier will be appointed to each Lot.

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

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

Lot 1 – Business Case Development; Funding Bid Development; Transport Modelling; Economic / Carbon Appraisal; Expert Witness

Lot No

1

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71311200 - Transport systems consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

The West Yorkshire Combined Authority (the CA) is seeking to procure a West Yorkshire Mass Transit Network: Business Case Development Partner to work in conjunction with the Combined Authority (and the 5 District Partners) to provide support in relation to - Lot 1 – Business Case Development; Funding Bid Development; Transport Modelling; Economic / Carbon Appraisal; Expert Witness.

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: £20,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for an initial two (2) year term with three 12-month optional extensions to be applied annually up to a maximum of three (3) years (maximum contract term of 5 years). An extension made to one lot does not guarantee extension to any other or all lots.

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

two.2.14) Additional information

A single supplier will be appointed to each Lot. A supplier may tender for any combination of Lots.

two.2) Description

two.2.1) Title

Lot 2 – Stakeholder Management, Consultation, Engagement and Objection Management

Lot No

2

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71311200 - Transport systems consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

The West Yorkshire Combined Authority (the CA) is seeking to procure a West Yorkshire Mass Transit Network: Business Case Development Partner to work in conjunction with the Combined Authority (and the 5 District Partners) to provide support in relation to - Lot 2 – Stakeholder Management, Consultation, Engagement and Objection Management.

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: £3,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for an initial two (2) year term with three 12-month optional extensions to be applied annually up to a maximum of three (3) years (maximum contract term of 5 years). An extension made to one lot does not guarantee extension to any other or all lots.

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

two.2.14) Additional information

A single supplier will be appointed to each Lot. A supplier may tender for any combination of Lots.

two.2) Description

two.2.1) Title

Lot 3 – Client Side Management

Lot No

3

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71311200 - Transport systems consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

The West Yorkshire Combined Authority (the CA) is seeking to procure a West Yorkshire Mass Transit Network: Business Case Development Partner to work in conjunction with the Combined Authority (and the 5 District Partners) to provide support in relation to - Lot 3 – Client Side Management.

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: £2,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for an initial two (2) year term with three 12-month optional extensions to be applied annually up to a maximum of three (3) years (maximum contract term of 5 years). An extension made to one lot does not guarantee extension to any other or all lots.

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

two.2.14) Additional information

A single supplier will be appointed to each Lot. A supplier may tender for any combination of Lots.


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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This Framework is being put in place to support/complement the organisation's delivery of the Mass Transit Project. Due to the strategic importance and nature of the schemes involved, a contract period of two years, with the option to extend for up to three additional 12 month periods is required.

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

1 November 2021

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 November 2021

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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

https://in-tendhost.co.uk/westyorkshireca/aspx/HomeProject CA1538

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Country

United Kingdom