Contract notice

Information

Published

Date of dispatch of this notice: 20/03/2019

Expire date: 29/04/2019

External Reference: 2019-536021

TED Reference: 2019/S 059-136608

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, 62 George Street,
Wakefield
WF1 1DL
UK
Contact person: Charlotte Daynes
Telephone: +44 7464983784
Internet address(es):
Main address: www.npas.police.uk
Address of the buyer profile: https://bluelight.eu-supply.com/

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=25804&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

Aviation Insurance Brokerage
Reference number:  1804-2018
II.1.2)

Main CPV code

66518100  -  Insurance brokerage services
II.1.3)

Type of contract

Services
II.1.4)

Short description

A Framework Agreement for the provision of an Insurance Broker for Police Rotary Wing, Fixed Wing and Unmanned Aerial Vehicles Insurance Requirements.
This Framework is open to All Police Services in England, Wales, Northern Ireland and Scotland. A list of the authorities the framework is available for use is provided at Appendix 2 of the Statement of Requirements Document available via Bluelight EU Supply e-procurement portal. Confirmed participants are West Yorkshire Police and PSNI.
II.1.5)

Estimated total value

Value excluding VAT: 20000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

66000000  -  Financial and insurance services
66514120  -  Marine, aviation and other transport insurance services
66514140  -  Aircraft insurance services
II.2.3)

Place of performance

Main site or place of performance:  
West Yorkshire, WF1 1DL
II.2.4)

Description of the procurement

A Framework Agreement for the provision of an Insurance Broker for Police Rotary Wing, Fixed Wing and Unmanned Aerial Vehicles Insurance Requirements
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: 20000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Framework will be for 2 years with an option to extend for a further 2 years to be agreed on an annual basis.
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
II.2.14)

Additional information

Tenders must be submitted via the Blue light EU Supply.
This Framework is open to All Police Services in England, Wales, Northern Ireland and Scotland. A list of the authorities the framework is available for use is provided at Appendix 2 of the Statement of Requirements Document available via Bluelight EU Supply e-procurement portal. Confirmed participants are West Yorkshire Police and PSNI.

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:  Insurance Broker
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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:  29/04/2019
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:  29/04/2019
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