Section one: Contracting authority
one.1) Name and addresses
West Yorkshire Combined Authority (or such other successor body, company, organisation who shall have the responsibility of being the contracting authority of the National Police Air Service or any part or parts thereof)
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
Contact
Deborah Walker
Deborah.Walker@bluelight.police.uk
Telephone
+44 7929759923
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91087
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91087
one.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=42814&B=BLUELIGHT
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=42814&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
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 Police Aviation Services including a Fleet Replacement Programme
Reference number
BLCAVIATION003
two.1.2) Main CPV code
- 60400000 - Air transport services
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement aims to establish a police aviation services Framework Agreement.
Immediately following the award of the Framework Agreement, WYCA intends to enter into
two initial call-off contracts for:
LOT 1. The lease or capital purchase of seven rotary aircraft for the police purpose, such
aircraft to be modified with police role equipment; and
LOT 2. The delivery of an outsourced police air support service to the London region.
Or awarding under LOT 3 - A combination of Lots 1 and 2.
two.1.5) Estimated total value
Value excluding VAT: £276,680,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
If WYCA deems that a Lot 3 solution constitutes the most economically advantageous tender, the intention is that the successful Supplier in respect of Lot 3 will enter into the Framework Agreement, and both of the ‘Lot 1’ and ‘Lot 2’ call-off contracts (full versions of which will be available during the next phase of the Procurement). In this instance Lot 1 and Lot 2 will not be awarded.
two.2) Description
two.2.1) Title
The Lease (or Potential Capital Purchase) of Rotary Aircraft
Lot No
1
two.2.2) Additional CPV code(s)
- 60400000 - Air transport services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
The lease or potential capital purchase of Rotary Aircraft for the police purpose. A
requirement of 7 aircraft is anticipated, however this may vary. The aircraft must be able to
be modified with police role equipment. The contract will include the ongoing requirements of
the aircraft as per the Technical Specification.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 35%
two.2.6) Estimated value
Value excluding VAT: £184,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
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
The estimated value of £184,000,000 for Lot 1 is based on the potential value over the full framework term. It is envisaged that the value for the initial call-off contract will be £80,500,000. WYCA is establishing a 6-year Framework Agreement (4 years plus an optional extension of 2 years). Its anticipated that the call off contract length for Lot 1 is: transition period plus a 10-year lease.
two.2) Description
two.2.1) Title
The Delivery of an Outsourced Police Air Support Service to the London Region
Lot No
2
two.2.2) Additional CPV code(s)
- 60424100 - Hire of aircraft with crew
- 60400000 - Air transport services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
London
two.2.4) Description of the procurement
Delivery of a Police Air Support service to the London Region. NPAS is looking to meet the specific Metropolitan Police and London Region availability and user requirements through a full turnkey police aviation contract. The contract will be for a service provision based upon availability. It will include fully role equipped police helicopters, instrument rated pilots and the Police Air Operators Certificate (PAOC) and approvals required to deliver a police aviation service. In addition, line and base maintenance provision and spare parts required to meet the specific London operational user requirement for availability of service and rates of flying.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 35%
two.2.6) Estimated value
Value excluding VAT: £92,680,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
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
WYCA is establishing a 6-year Framework Agreement (4 years plus an optional extension of 2 years). It is anticipated that the call off contract length for Lot 2 is: transition period (inclusive of obtaining PAOC) plus a 10-year contract period.
two.2) Description
two.2.1) Title
A Combination of Lots 1 and 2
Lot No
3
two.2.2) Additional CPV code(s)
- 60424100 - Hire of aircraft with crew
- 60444000 - Aircraft-operation services
- 60440000 - Aerial and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
two.2.4) Description of the procurement
A combination of Lots 1 & 2. This lot will give suppliers the opportunity to bid for both lots 1 & 2 in order to provide further efficiencies. This lot is not intended to provide a blended service
but to allow suppliers to submit joint costings.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 35%
two.2.6) Estimated value
Value excluding VAT: £276,680,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
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
Please note the estimated value of £276,680,000 for Lot 3 is based on the potential value
over the full framework term. It is envisaged that the value for the initial call-off contracts will
be £173,180,000.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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: 2
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The Framework term will be 4 years plus an optional 2 year extension, due to the exceptional nature of the subject matter, that consists of bespoke requirements to support UK policing, requiring significant production times and implementation period. This added complexity creates longer timescales for procurement activity and increase internal and supplier bid costs prohibiting regular tendering.
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-014354
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 February 2022
Local time
12:00pm
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.3) Additional information
Bidders are asked to note that any contract values stated within this notice are estimates only, and should not be construed as any commitment by WYCA to spend such sums.
The Framework Agreement is open for use by Police Forces and Special Police Forces in the United Kingdom, and/or Police and Crime Commissioners (as defined by the Police Reform and Social Responsibility Act 2011) and/or the Police Authorities (as defined in the Police Act 1964, Police Act 1996, Serious Organised Crime and Police Act 2005, Police and Justice Act 2006, Police, Public Order and Criminal Justice (Scotland) Act 2006), and other relevant legislation for the constituent parts of the United Kingdom, for their respective rights and interests (or such other successor body, company, organisation who shall acquire the responsibility of any of the bodies listed here). For a full list go to: https://www.police.uk/forces
Scottish Police information at:
http://www.scotland.police.uk/
Police Service of Northern Ireland information at:
Police Forces of British Overseas Territories, British Sovereign Base Areas and British Crown Dependencies including but not limited to:
Gibraltar information at:
Cyprus information at:
https://www.sbaadministration.org/
Channel Islands information at:
Isle of Man information at:
Bidders will remain responsible for all costs and expenses incurred by them or by any third
party acting under instructions from Bidders in connection with taking part in this
procurement, regardless of whether such costs arise as a consequence direct or indirect of
any amendments made to the procurement documents by WYCA at any time. WYCA
reserves the right at any time to:
(i) reject any or all responses and to cancel or withdraw this procurement at any stage;
(ii) award a contract without prior notice;
(iii) change the basis, the procedures and the time-scales set out or referred to within the
procurement documents;
(iv) require a bidder to clarify any submissions in writing and/or provide additional information
(failure to respond adequately may result in disqualification);
(v) terminate the procurement process; and
(vi) amend the terms and conditions of the selection and evaluation process.
All discussions and correspondence will be deemed strictly subject to contract until a formal
contract is entered into. The formal contract shall not be binding until it has been signed and
dated by the duly authorised representatives of both parties subject to a sufficient number of
satisfactory responses being received
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
UK
Telephone
+44 2079477882
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any appeals should be promptly brought to the attention of the Head of Legal Services of WYCA at the address specified in Section I) above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the time-scales specified by the applicable law, including, without limitation, the Public
Contracts Regulations 2015. In accordance with such Regulations, WYCA will also incorporate a minimum 10 calendar day standstill period from the date information on award
of contract is communicated to tenderers.