Opportunity

Provision of Police Aviation Services including a Fleet Replacement Programme

  • 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)

F02: Contract notice

Notice reference: 2022/S 000-002330

Published 26 January 2022, 3:39pm



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

Email

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:

http://www.psni.police.uk/

Police Forces of British Overseas Territories, British Sovereign Base Areas and British Crown Dependencies including but not limited to:

Gibraltar information at:

https://www.police.gi

Cyprus information at:

https://www.sbaadministration.org/

Channel Islands information at:

https://jersey.police.uk

https://guernsey.police.uk

Isle of Man information at:

https://www.iompolice.im

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

http://www.justice.gov.uk

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.