[FtsS09F02ContractNotice]

[Information]

[Published]

[ExpireDate]: 04.03.2022

[ExternalReference]: 2022-544724

[FtsReference]: 2022-002330

[FtsS09F02ContractNotice]

[NoticeContract]

[Section1]: [Ca]

I.1)

[NameAddressContact]

West Yorkshire Combined Authority (or such other successor body, company, organisation who shall have the responsibility of being the contracting authority of the National Police Air Service or any part or parts thereof)
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
UK
[Contactpoint]: Deborah Walker
[AddressPhone]: +44 7929759923
[Nutscode]:  UK -  UNITED KINGDOM
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42814&B=BLUELIGHT
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypePublicbody]
I.5)

[Mainactivity]

[MainactivGeneral]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Provision of Police Aviation Services including a Fleet Replacement Programme
[Fileref]:  BLCAVIATION003
II.1.2)

[CpvMain]

60400000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

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.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 276680000.00  GBP
II.1.6)

[LotsInfo]

[DivisionLots]: [Yes]
[LotsSubmittedFor]  [LotsAll]
[LotsCombinationPossible]:  
If WYCA deems that a Lot 3 solution constitutes the most economically advantageous tender, the intention is that the successful Supplier in respect of Lot 3 will enter into the Framework Agreement, and both of the ‘Lot 1’ and ‘Lot 2’ call-off contracts (full versions of which will be available during the next phase of the Procurement). In this instance Lot 1 and Lot 2 will not be awarded.
II.2)

[Description]

II.2.1)

[TitleContract]

The Lease (or Potential Capital Purchase) of Rotary Aircraft
[LotNumber]:  1
II.2.2)

[CpvAdditional]

60400000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UK -  UNITED KINGDOM
[MainsiteplaceWorksDelivery]:  
UK
II.2.4)

[DescrProcurement]

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.
II.2.5)

[AwardCriteria]

[AwardCriteriaBelow]
[AwardCriterionQuality]  -  [AwardCriterionName]:  Quality  /  [Weighting]:  55%
[AwardCriterionQuality]  -  [AwardCriterionName]:  Social Value  /  [Weighting]:  10%
[Price]  -  [Weighting]:  35%
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 184000000.00  GBP
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 72
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

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.
II.2)

[Description]

II.2.1)

[TitleContract]

The Delivery of an Outsourced Police Air Support Service to the London Region
[LotNumber]:  2
II.2.2)

[CpvAdditional]

60424100  - 
60400000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UK -  UNITED KINGDOM
[MainsiteplaceWorksDelivery]:  
London
II.2.4)

[DescrProcurement]

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.
II.2.5)

[AwardCriteria]

[AwardCriteriaBelow]
[AwardCriterionQuality]  -  [AwardCriterionName]:  Quality  /  [Weighting]:  55%
[AwardCriterionQuality]  -  [AwardCriterionName]:  Social Value  /  [Weighting]:  10%
[Price]  -  [Weighting]:  35%
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 92680000.00  GBP
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 72
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

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.
II.2)

[Description]

II.2.1)

[TitleContract]

A Combination of Lots 1 and 2
[LotNumber]:  3
II.2.2)

[CpvAdditional]

60424100  - 
60444000  - 
60440000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UK -  UNITED KINGDOM
[MainsiteplaceWorksDelivery]:  
UK
II.2.4)

[DescrProcurement]

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.
II.2.5)

[AwardCriteria]

[AwardCriteriaBelow]
[AwardCriterionQuality]  -  [AwardCriterionName]:  Quality  /  [Weighting]:  55%
[AwardCriterionQuality]  -  [AwardCriterionName]:  Social Value  /  [Weighting]:  10%
[Price]  -  [Weighting]:  35%
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 276680000.00  GBP
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 72
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

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.

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeCompNegotiation]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSeveral]
[FrameworkParticipEnvis]:  2
[FrameworkJustFour]:  The Framework term will be 4 years plus an optional 2 year extension, due to the exceptional nature of the subject matter, that consists of bespoke requirements to support UK policing, requiring significant production times and implementation period. This added complexity creates longer timescales for procurement activity and increase internal and supplier bid costs prohibiting regular tendering.
IV.1.4)

[ReductionDuringDialogue]

[ReductionRecourse]
IV.1.5)

[NegotiationInfo]

[NegotiationWithout]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2021/S 000-014354
IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  28.02.2022
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.3)

[InfoAdditional]

Bidders are asked to note that 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
Bidders will remain responsible for all costs and expenses incurred by them or by any third
party acting under instructions from Bidders in connection with taking part in this
procurement, regardless of whether such costs arise as a consequence direct or indirect of
any amendments made to the procurement documents by WYCA at any time. WYCA
reserves the right at any time to:
(i) reject any or all responses and to cancel or withdraw this procurement at any stage;
(ii) award a contract without prior notice;
(iii) change the basis, the procedures and the time-scales set out or referred to within the
procurement documents;
(iv) require a bidder to clarify any submissions in writing and/or provide additional information
(failure to respond adequately may result in disqualification);
(v) terminate the procurement process; and
(vi) amend the terms and conditions of the selection and evaluation process.
All discussions and correspondence will be deemed strictly subject to contract until a formal
contract is entered into. The formal contract shall not be binding until it has been signed and
dated by the duly authorised representatives of both parties subject to a sufficient number of
satisfactory responses being received
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

Royal Courts of Justice
Strand
London
UK
UK
[AddressPhone]: +44 2079477882

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
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.