Notice Information
Notice Title
Strategic Intelligence, Surveillance & Reconnaissance (ISR) Special Missions Aircraft (Managed Service)
Notice Description
This notice is intended to supersede the information provided in previous notice ref C23089 (link available below). Following the discontinuation of the procurement in May 2024, the intention is to re-launch this procurement later this year. The overarching requirement is that the system must be safe and lawful to operate in UK airspace with due consideration, and coordination, with neighbouring States under their national requirements. As such, the business provider, its people, platform, and wider system must have full regulatory approval to operate within the UK airspace. This includes full CAA approval to conduct routine and potentially prioritised flights in UK airspace in delivery of the operational model. It will be for the supplier to satisfy all such requirements that may be necessary to facilitate daily operations. The provider's principal Place of Business as defined by the CAA must be in the United Kingdom. Aerial surveillance is required as part of a wider Intelligence, Surveillance, Reconnaissance package to support decision making and the tasking and coordination of operational assets; and to collect high-quality footage of criminality to support potential prosecutions. The minimum criteria for the managed service are: 1. Must meet all regulatory requirements (CAA, OFCOM, etc) and be capable of flying beyond visual line of sight (BVLOS); 2. Must be capable of reliably detecting, identifying, and classifying a broad range of targets during day and night operations, in varying weather conditions, over a wide area, in the maritime environment. This includes the detection of people, vehicles, and vessels; 3. Must have the ability to record high-quality full motion video (FMV) to support criminal justice proceedings; 4. Sensor coverage should last at least 16 hours (take-off to landing), up to approximately 4000-5000 hours per annum. Home Office requires a supplier who can provide this managed service to achieve the required capability within 4 months from the date of contract award which is anticipated in Q3 2025 with a total anticipated contract duration of 36 months. The specification will be outcome based. The intention is to provide opportunity for Bidders to propose solutions based on Remotely Piloted Aircraft Systems (RPAS) and/or Piloted Aircraft Systems. The Home Office will be running an industry event to discuss the requirements and seek feedback from the market on 16 October 2024. Suppliers who wish to attend the industry event are required to register their interest and request a Non Disclosure Agreement (NDA) for completion directly to the Buyer named below by 20 September 2024. Suppliers are encouraged to register as a supplier on the RM6235 Space-Enabled and Geospatial Services (link provided below). The Home Office does not guarantee that a procurement will be launched and the Home Office is not responsible for any costs or expenses incurred by any potential supplier in registering their interest. Additional information: We invite you to provide us with recommendations of any specific topics or questions related to this procurement opportunity that you would like us to cover in the market engagement event, please provide these by email by 20th September 2024.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-6c82a97e-2e44-4e0b-adef-4bf804b498b7
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/ebb3c3a1-0b98-4331-afa1-2ce73f886e0e
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planned Procurement Notice
- Procurement Type
- Standard
- Procurement Category
- Not specified
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
34711110 - Fixed-wing aircrafts
34711200 - Non-piloted aircraft
34711300 - Piloted aircraft
34711400 - Special-purpose aircraft
35611600 - Maritime patrol aircrafts
35613000 - Unmanned aerial vehicles
35720000 - Intelligence, surveillance, target acquisition and reconnaissance
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Sep 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 20 Sep 2024Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HOME OFFICE
- Contact Name
- Iman Fetouaki
- Contact Email
- sboc.procurement@homeoffice.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DF
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/ebb3c3a1-0b98-4331-afa1-2ce73f886e0e
4th September 2024 - Early engagement notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/309702be-72ae-4558-b74a-d52246103367
Guidance for suppliers for onboarding to the RM6235 DPS Agreement. -
-
https://www.contractsfinder.service.gov.uk/Notice/9b5b6aa3-7c04-4cf0-b836-10b583532233
Previous notice as referenced in the description above
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-6c82a97e-2e44-4e0b-adef-4bf804b498b7-2024-09-04T11:56:02+01:00",
"date": "2024-09-04T11:56:02+01:00",
"ocid": "ocds-b5fd17-6c82a97e-2e44-4e0b-adef-4bf804b498b7",
"language": "en",
"initiationType": "tender",
"title": "Strategic Intelligence, Surveillance & Reconnaissance (ISR) Special Missions Aircraft (Managed Service)",
"planning": {
"milestones": [
{
"id": "1",
"title": "Engagement end date",
"type": "engagement",
"dueDate": "2024-09-20T23:59:59+01:00"
}
],
"documents": [
{
"id": "1",
"documentType": "marketEngagementNotice",
"description": "Early engagement notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/ebb3c3a1-0b98-4331-afa1-2ce73f886e0e",
"datePublished": "2024-08-08T10:41:42+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2024-09-04T11:56:02+01:00"
},
{
"id": "2",
"documentType": "plannedProcurementNotice",
"description": "Guidance for suppliers for onboarding to the RM6235 DPS Agreement.",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/309702be-72ae-4558-b74a-d52246103367",
"format": "application/pdf"
},
{
"id": "3",
"documentType": "plannedProcurementNotice",
"description": "RM6235 Agreement",
"url": "https://www.crowncommercial.gov.uk/agreements/RM6235"
},
{
"id": "4",
"documentType": "plannedProcurementNotice",
"description": "Previous notice as referenced in the description above",
"url": "https://www.contractsfinder.service.gov.uk/Notice/9b5b6aa3-7c04-4cf0-b836-10b583532233"
}
]
},
"tender": {
"id": "Project_9764",
"title": "Strategic Intelligence, Surveillance & Reconnaissance (ISR) Special Missions Aircraft (Managed Service)",
"description": "This notice is intended to supersede the information provided in previous notice ref C23089 (link available below). Following the discontinuation of the procurement in May 2024, the intention is to re-launch this procurement later this year. The overarching requirement is that the system must be safe and lawful to operate in UK airspace with due consideration, and coordination, with neighbouring States under their national requirements. As such, the business provider, its people, platform, and wider system must have full regulatory approval to operate within the UK airspace. This includes full CAA approval to conduct routine and potentially prioritised flights in UK airspace in delivery of the operational model. It will be for the supplier to satisfy all such requirements that may be necessary to facilitate daily operations. The provider's principal Place of Business as defined by the CAA must be in the United Kingdom. Aerial surveillance is required as part of a wider Intelligence, Surveillance, Reconnaissance package to support decision making and the tasking and coordination of operational assets; and to collect high-quality footage of criminality to support potential prosecutions. The minimum criteria for the managed service are: 1. Must meet all regulatory requirements (CAA, OFCOM, etc) and be capable of flying beyond visual line of sight (BVLOS); 2. Must be capable of reliably detecting, identifying, and classifying a broad range of targets during day and night operations, in varying weather conditions, over a wide area, in the maritime environment. This includes the detection of people, vehicles, and vessels; 3. Must have the ability to record high-quality full motion video (FMV) to support criminal justice proceedings; 4. Sensor coverage should last at least 16 hours (take-off to landing), up to approximately 4000-5000 hours per annum. Home Office requires a supplier who can provide this managed service to achieve the required capability within 4 months from the date of contract award which is anticipated in Q3 2025 with a total anticipated contract duration of 36 months. The specification will be outcome based. The intention is to provide opportunity for Bidders to propose solutions based on Remotely Piloted Aircraft Systems (RPAS) and/or Piloted Aircraft Systems. The Home Office will be running an industry event to discuss the requirements and seek feedback from the market on 16 October 2024. Suppliers who wish to attend the industry event are required to register their interest and request a Non Disclosure Agreement (NDA) for completion directly to the Buyer named below by 20 September 2024. Suppliers are encouraged to register as a supplier on the RM6235 Space-Enabled and Geospatial Services (link provided below). The Home Office does not guarantee that a procurement will be launched and the Home Office is not responsible for any costs or expenses incurred by any potential supplier in registering their interest. Additional information: We invite you to provide us with recommendations of any specific topics or questions related to this procurement opportunity that you would like us to cover in the market engagement event, please provide these by email by 20th September 2024.",
"status": "planning",
"classification": {
"scheme": "CPV",
"id": "34711110",
"description": "Fixed-wing aircrafts"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34711200",
"description": "Non-piloted aircraft"
},
{
"scheme": "CPV",
"id": "34711300",
"description": "Piloted aircraft"
},
{
"scheme": "CPV",
"id": "34711400",
"description": "Special-purpose aircraft"
},
{
"scheme": "CPV",
"id": "35611600",
"description": "Maritime patrol aircrafts"
},
{
"scheme": "CPV",
"id": "35613000",
"description": "Unmanned aerial vehicles"
},
{
"scheme": "CPV",
"id": "35720000",
"description": "Intelligence, surveillance, target acquisition and reconnaissance"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
}
]
}
],
"suitability": {
"sme": true,
"vcse": true
}
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
"name": "Home Office",
"identifier": {
"legalName": "Home Office",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/s4Rw35Tf"
},
"address": {
"streetAddress": "Peel Building, Marsham Street",
"locality": "LONDON",
"postalCode": "SW1P4DF",
"countryName": "England"
},
"contactPoint": {
"name": "Iman Fetouaki",
"email": "sboc.procurement@homeoffice.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
"name": "Home Office"
}
}