Construction Tenders

24 May 2025

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Services

Type

No. of Lots 2

Status Active

Published 5th Dec 2024

Tender Details
Referenceocds-h6vhtk-04a744
Common Procurement VocabularyArchitectural, engineering and surveying services
Procurement MethodOpen procedure
Value-
More Tenders »

Yorkshire and the Humber

Category Services

Type

No. of Lots 2

Status Active

Published 5th Dec 2024

Tender Details
Referenceocds-h6vhtk-04a744
Common Procurement VocabularyArchitectural, engineering and surveying services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Contact

Masego Lynia-Collen

Email

masego.lynia-collen [at] westyorks-ca.gov.uk

Telephone

+44 1234567

Country

United Kingdom

NUTS 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

I.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=88111&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=88111&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Bus Reform QS and Architectural Services

II.1.2) Main CPV code

  • 71250000 - Architectural, engineering and surveying services

II.1.3) Type of contract

Services

II.1.4) Short description

The Combined Authority is seeking to appoint suitably qualified and experienced consultants to provide Depot Design and Quantity Surveying services.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Lot 1 : Architectural Services

Lot No

1

II.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71220000 - Architectural design services

II.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

II.2.4) Description of the procurement

To provide feasibility designs carried out to RIBA 2 on any available land that is identified by the Combined Authority as a potential site for a new build depot.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Price / Weighting: 40%

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

Start date

10 March 2025

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 2: Quantity Surveying Services

Lot No

2

II.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71220000 - Architectural design services

II.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

II.2.4) Description of the procurement

To provide costings for designs produced by the architect to RIBA 2 and RIBA 4 and enable the Combined Authority to set the depot budget and seek approval through their governance procedure.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Price / Weighting: 40%

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

Start date

10 March 2025

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-032484

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

Date

10 January 2025

Local time

2:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

10 January 2025

Local time

2:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom