Planning

Strategic Intelligence, Surveillance & Reconnaissance (ISR) Special Missions Aircraft (Managed Service)

HOME OFFICE

This public procurement record has 2 releases in its history.

Planning

04 Sep 2024 at 10:56

Planning

08 Aug 2024 at 09:41

Summary of the contracting process

The Home Office is currently in the planning stage for a procurement process titled "Strategic Intelligence, Surveillance & Reconnaissance (ISR) Special Missions Aircraft (Managed Service)." This procurement falls under the industry category of fixed-wing and special-purpose aircraft, as well as intelligence and surveillance services. The procurement is nationally scoped, focusing on operations within the United Kingdom. An industry event is scheduled for 16 October 2024, with key dates including the engagement end date on 20 September 2024. The Home Office is inviting interest and feedback from potential suppliers, with the anticipation of awarding the contract in Q3 2025 for a duration of 36 months.

This tender presents significant opportunities for businesses specialising in aerospace, surveillance technology, and intelligence services. Small and medium-sized enterprises (SMEs) as well as voluntary, community and social enterprises (VCSE) are encouraged to participate. The managed service requires full regulatory compliance for operations in UK airspace, and the ability to conduct both Remotely Piloted Aircraft Systems (RPAS) and Piloted Aircraft Systems. Businesses equipped to meet rigorous standards in aerial surveillance, regulatory approvals, and high-quality video recording will find this tender particularly suited to their expertise, enabling growth and expansion within the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}