Contract notice

Information

Published

Date of dispatch of this notice: 14/02/2019

Expire date: 20/03/2019

External Reference: 2019-575536

TED Reference: 2019/S 035-078868

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for West Yorkshire
n/a
Ploughland House,
West Yorkshire, WF1 1DL
62 George Street, Wa
UK
Contact person: Charlotte Daynes
Telephone: +44 1609789696
Internet address(es):
Main address: www.npas.police.uk

I.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=22187&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The Supply and Servicing of Aircrew Helmets for the National Police Air Service
Reference number:  1557-2017
II.1.2)

Main CPV code

18444110  -  Helmets
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Supply and Servicing of Aircrew Helmets for the National Police Air Service. The contract will provide a service to all bases utilised by the organisation.
Lot 1 - Servicing and Maintenance of Aircrew Helmets
Lot 2 - Supply of NVIS Compliant Aircrew Helmets
II.1.5)

Estimated total value

Value excluding VAT: 250000.00  GBP
II.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:  
Lot 1 & 2 can be combined and e awarded as a single contract if the solution offers best value for both lots
II.2)

Description

II.2.1)

Title

Servicing and Maintenance of Aircrew Helmets for the National Police Air Service
Lot No:  1
II.2.2)

Additional CPV code(s)

18444100  -  Safety headgear
50000000  -  Repair and maintenance services
50200000  -  Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
50210000  -  Repair, maintenance and associated services related to aircraft and other equipment
II.2.3)

Place of performance

Main site or place of performance:  
UK
II.2.4)

Description of the procurement

Servicing and maintenance of Aircrew Helmets for the National Police Air Service. The contract will provide a service to all bases utilised by the organisation. Providing an annual maintenance visit to each base as well as ad hoc maintenance repairs.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 250000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Options for Training Services are included in this Lot
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Supply of NVIS Compliant Aircrew Helmets
Lot No:  2
II.2.2)

Additional CPV code(s)

18444110  -  Helmets
II.2.4)

Description of the procurement

Supply of NVIS compliant Aircrew Helmets to the National Police Air Service
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 50000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Included in Tender Documentation
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per Tender Documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/03/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 90  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  20/03/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
UK
Internet address: http://www.judiciary.gov.uk