Tender

West Yorkshire Bus Franchising Dynamic Market

  • West Yorkshire Combined Authority

UK13: Dynamic market intention notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-049474

Procurement identifier (OCID): ocds-h6vhtk-0589b9

Published 18 August 2025, 1:00pm



Scope

Reference

101389

Description

This Invitation to Apply for Membership (IAM) is issued by West Yorkshire Combined Authority (Combined Authority). The Dynamic Market is established for use by the Combined Authority or any successor authorities. This IAM is made available to all potential suppliers (Applicants) that are interested in tendering for Franchised Bus Services contracts and associated services to the Combined Authority (the Services). Further details about the Services are set out in in the associated documents available using the link at the bottom of this notice. The Dynamic Market will have two Parts. Applicants may make an application to one or both Parts, at any time. Membership or previous Application status of one Part makes no difference to the ability of an Applicant to apply to the other Part. Part "Tier A" of the Dynamic Market will be for the Combined Authority to procure Tier A Franchised Bus Services contracts that: (a) require the use of an Authority-owned depot to perform contractual operations (lease arrangements will be part of each contract) (b) require the use of Authority-owned fleet to perform contractual operations. Part "Tier B and C" of the Dynamic Market will be for the Combined Authority to procure Tier B and C Franchised Bus Services contracts that: (a) do not require the use of an Authority-owned depot to perform contractual operations (operators will source their own arrangements) (b) may make use of Authority-owned fleet to perform contractual operation but usually will involve an Operator providing its own fleet. Further information about the Parts of the Dynamic Market is set out in the associated documents. As this is a Qualifying Utilities Dynamic Market, the Combined Authority does not intend to publish tender notices for individual procurements under this Dynamic Market via the central digital platform. Pursuant to section 40 of the PA23, a tender notice and associated Invitation to Tender inviting all Members of the applicable part of the Dynamic Market will be issued only to Members of the relevant Part. Pending Applications will not receive such an invitation. Therefore, it is essential that all suppliers who wish to receive Invitations to Tender are Members of the relevant Part of the Dynamic Market before any tender notice or Invitation to Tender is issued in relation to individual procurements under the Dynamic Market. The term of the Dynamic Market is expected to be seven years. The Combined Authority reserves the right to extend the Dynamic Market or terminate it early. The latest date an Application can be made to join the Dynamic Market to be able to tender for Tier A Round 1 is 1200 hrs (BST) on Friday, the 19th September 2025. The latest date an Application can be made to join the Dynamic Market to be able to tender for Tier B & C Round 1 is 1200 hrs (BST) on Friday, the 3rd of October 2025. OPERATORS WHO DO NOT APPLY ON OR BEFORE THIS DATE MAY BE UNABLE TO TAKE PART IN THE PROCUREMENT PROCESS FOR ROUND 1. A list of Round 1 contracts are set out fully in the associated documents, along with Round 2 and 3 contract dates and further explanation about what these terms mean. Applicants must submit their Applications via YorTender, using the link at the bottom of this notice. The application form must be submitted, completed (the document, with the project-specific questions added to the PSQ, is available to download at the link contained within this notice). No other methods of applying are available.

Dynamic market dates (estimated)

20 August 2025 to 18 August 2032

Main procurement category

Services

CPV classifications

  • 60112000 - Public road transport services

Contract locations

  • UKE4 - West Yorkshire

Part LOT-0001. Part A - Authority Provided Depots

Description

Type of contracts to be awarded under the dynamic market part: Public Service Bus contracts, classed as utilities services contracts. General scope of services: 1) Providing Public Bus Services to the general public, on a timetable and manner specified in the procurement documents. 2) Providing drivers and staff. 3) Providing vehicle maintenance and cleaning services. 4) Providing traffic control and network management integration. 5) Integrating IT and other systems with the Combined Authority's systems, including but not limited to data and performance monitoring systems, customer-facing systems, or non-digital systems. 6) Performing obligations in accordance with the performance management regime and within other contract management arrangements. Geographical coverage: wholly or substantially within the West Yorkshire Combined Authority area Estimated contract value ranges: individual Contracts worth between £50,000,000 and £300,000,000 over the seven year contract. £3,000,000,000 in aggregate for this Part Additional features: services shall be run from Combined Authority-provided depot facilities. Services will use some Combined Authority vehicles. Provision of other vehicles will be the responsibility of the Operator.

Same for all parts

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all parts.


Part LOT-0002. Part B and C - Operator Provided Depots

Description

Type of contracts to be awarded under the dynamic market part: Public Service Bus contracts, classed as utilities services contracts. General scope of services: 1) Providing Public Bus Services to the general public, on a timetable and manner specified in the procurement documents. 2) Providing drivers and staff. 3) Providing vehicle maintenance and cleaning services. 4) Providing traffic control and network management integration. 5) Integrating IT and other systems with the Combined Authority's systems, including but not limited to data and performance monitoring systems, customer-facing systems, or non-digital systems. 6) Performing obligations in accordance with the performance management regime and within other contract management arrangements. Geographical coverage: wholly or substantially within the West Yorkshire Combined Authority area Estimated contract value ranges: individual Contracts worth greater than £1,000,000 and less than £80,000,000 over the seven year contract. Up to £1,500,000,000 in aggregate for this Part Additional features: services shall be run from Operator-provided depot facilities. The Combined Authority will not provide depot facilities. Services may be able to use a small amount Combined Authority vehicles. Provision of other vehicles will be the responsibility of the Operator.

Same for all parts

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all parts.


Using the dynamic market

Contracting authorities that may use the dynamic market

Establishing party only

Utilities

Tender notice provision when using this dynamic market

Only to members of the market

Information about fees charged to suppliers

There are no fees.


Participation

Legal and financial capacity conditions for membership

Part LOT-0001. Part A - Authority Provided Depots

1) Legal: must be an established economic entity with power to ender into contract 2) Financial: must meet the minimum financial criteria as set out in the associated documents

Verification methods:

The Combined Authority will need to see three years' worth of accounts (audited where available) for the Applicant or its parent or guarantors.

Part LOT-0002. Part B and C - Operator Provided Depots

1) Legal: must be an established economic entity with power to ender into contract 2) Financial: must meet the minimum financial criteria as set out in the associated documents

Verification methods:

The Combined Authority will need to see three years' worth of accounts (audited where available) for the Applicant or its parent or guarantor.

Technical ability conditions for membership

Part LOT-0001. Part A - Authority Provided Depots

3) References: the Applicant must demonstrate that it has performed services, either under a contract or to a similar scope as a public bus service operator, of running at least 35 PVR service. Where an Applicant is a newly-established entity, it must demonstrate how it will or its parents or guarantors have met this requirement. 4) Operator licences: the Applicant must demonstrate that is has, or is capable of aquiring, Operator Licences as issued by the Traffic Commissioner, with a value of at least 35 buses listed.

Verification methods:

The Combined Authority will need to see either 1) the references and Operator Licence or 2) the evidence to demonstrate that the Applicant can achieve this.

Part LOT-0002. Part B and C - Operator Provided Depots

3) References: the Applicant must demonstrate that it has performed services, either under a contract or to a similar scope as a public bus service operator, of running at least 1 PVR service. Where an Applicant is a newly-established entity, it must demonstrate how it will or its parents or guarantors have met this requirement. 4) Operator licences: the Applicant must demonstrate that is has, or is capable of acquiring, Operator Licences as issued by the Traffic Commissioner, with a value of at least 1 bus listed. Alternatively, the Application must demonstrate that is has, or is capable of acquiring, a Section 22 permit as described by the Transport Act, to operate at least one bus.

Verification methods:

The Combined Authority will need to see the references and one of: (a) Operator Licence, or (b) the Section 22 permit, or (c) the evidence to demonstrate that the Applicant can seek and be awarded an Operator Licence or a Section 22 permit.

Particular suitability

Part LOT-0002. Part B and C - Operator Provided Depots

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Submission address and any special instructions


Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Special regime

Utilities


Contracting authority

West Yorkshire Combined Authority

  • Public Procurement Organisation Number: PHYG-7328-ZLQJ

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

United Kingdom

Region: UKE42 - Leeds

Organisation type: Public authority - sub-central government