Section one: Contracting authority
one.1) Name and addresses
BlueLight Commercial Limited
Lower Ground, 5-8 The Sanctuary
London
SW1P 3JS
Contact
Deborah Walker
Deborah.Walker@bluelight.police.uk
Telephone
+44 7929759923
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
12517649
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.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.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £276,680,000
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.2.11) 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.2.11) 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.2.11) 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
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: 2022/S 000-002330
Section five. Award of contract
Contract No
1
Title
LOT 1: The Lease (or Potential Capital Purchase) of Rotary Aircraft
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 February 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Airbus Helicopters UK Limited
Oxford Airport
Kidlington
OX5 1QZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
GB918394689
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £184,000,000
Section five. Award of contract
Contract No
2
Title
LOT 2: The Delivery of an Outsourced Police Air Support Service to the London Region
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section five. Award of contract
Contract No
3
Title
LOT 3: A Combination of Lots 1 and 2
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.3) Additional information
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:
7 submissions were received for Lot 1 at the Standard Selection Questionnaire stage.
As per corrigendum 2024/S 000-020175 published on 2nd July 2024 - The tender documentation associated with notice reference: 2022/S 000-002330 stated that the Contracting Authority (as defined in the Public Contract Regulations 2015) was West Yorkshire Combined Authority, Wellington House, 40-50 Wellington Street, Leeds, LS1 2DE. This has changed, for the Framework Agreement only, to BlueLight Commercial 12517649 Lower Ground, 5-8 The Sanctuary, Westminster, London, SW1P 3JS with effect from 13th September 2023.
As per corrigendum 2024/S 000-024601 published on 6th August 2024 - The tender documentation associated with notice reference: 2022/S 000-002330 stated that any leases for the aircraft would be held by the bidders. This model has been changed so that participating contracting authorities (authorised to access the framework agreement(s)) will be the entity entering into the lease agreements with third party finance providers.
BlueLight Commercial Limited (being the current contracting authority of the Procurement, having replaced West Yorkshire Combined Authority as the Authority) took the decision to abandon Lot 2 and Lot 3 of this Procurement. The Authority decided that, in light of the quantum of the initial bids and the indication from tenderers given during subsequent commercial workshops, that these initial bids would likely only increase at final tender stage, it would not represent value for money to the public purse, for it to proceed with Lot 2 and Lot 3 of the Procurement. Bidders were notified of this abandonment on 5th July 2024.
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 Legal Commercial Services Director of BlueLight Commercial Limited 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.