Contract

Provision of Police Aviation Services including a Fleet Replacement Programme

  • BlueLight Commercial Limited

F03: Contract award notice

Notice identifier: 2025/S 000-010380

Procurement identifier (OCID): ocds-h6vhtk-02bf85 (view related notices)

Published 20 March 2025, 12:34pm



Section one: Contracting authority

one.1) Name and addresses

BlueLight Commercial Limited

Lower Ground, 5-8 The Sanctuary

London

SW1P 3JS

Contact

Deborah Walker

Email

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:

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

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

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 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.