Section one: Contracting authority
one.1) Name and addresses
West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
Contact
Tracy O'Rourke
Tracy.O'Rourke@BlueLight.police.uk
Telephone
+44 7929726421
Fax
+44 7929726421
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
www.bluelightcommercial.police.uk
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=47157&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=47157&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
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Inspection, Preventative and Remedial Maintenance Service for the National Police Air Service Fuel Farm Installations and Bowsers
Reference number
BLC0062
two.1.2) Main CPV code
- 63733000 - Aircraft refuelling services
two.1.3) Type of contract
Services
two.1.4) Short description
This requirement is for both preventative and reactive maintenance of fuel tank assets. Part of the requirement is for routine inspection and maintenance and any repairs arising from the routine visits to fuel farm installations and mobile bowsers at various National Police Air Services (NPAS) bases in England and Wales. The core requirement is for each fuel farm or bowser to have 2 inspections per annum at 6 monthly intervals and 1 complete tank clean every 3 years unless under advisement it is not required
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
- 50514100 - Repair and maintenance services of tanks
- 90913000 - Tank and reservoir cleaning services
- 90913100 - Tank-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This requirement is for both preventative and reactive maintenance of fuel tank assets. Part of the requirement is for routine inspection and maintenance and any repairs arising from the routine visits to fuel farm installations and mobile bowsers at various National Police Air Services (NPAS) bases in England and Wales. The core requirement is for each fuel farm or bowser to have 2 inspections per annum at 6 monthly intervals and 1 complete tank clean every 3 years unless under advisement it is not required
two.2.5) Award criteria
Quality criterion - Name: Organisation Information & Service Execution / Weighting: 20%
Quality criterion - Name: Policies & Procedures / Weighting: 20%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month contact extensions
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
Submissions must be made via the EU Supply Portal
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
30 June 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30 September 2022
four.2.7) Conditions for opening of tenders
Date
30 June 2022
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
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.