Planning

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

HOME OFFICE

This public procurement record has 1 release in its history.

Planning

27 Apr 2023 at 16:15

Summary of the contracting process

The Home Office is planning a procurement process for the "Strategic Intelligence, Surveillance & Reconnaissance (ISR) Special Missions Aircraft (Managed Service)" in the aeroplanes industry category. The milestone for engagement ends on 12th May 2023. Interested bidders must register by this date to propose solutions that meet regulatory requirements and offer enduring airframe operational capability for aerial surveillance. The procurement aims to achieve the required capability within 4 months of contract award, anticipated in Q2/Q3 2024, with a total contract duration of 36 months.

This procurement offers opportunities for businesses, especially those in the aerospace and surveillance technology sectors, to provide strategic ISR services to the Home Office. Suppliers capable of delivering managed services meeting stringent regulatory and operational criteria are encouraged to register their interest. The procurement process is tailored for SMEs and VCSEs, aligning with the goal of maximising public sector services. The timeframe for solution provision and the nature of the required services indicate a need for companies with expertise in aerial surveillance and airspace compliance to compete effectively.

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 replace the information provided in previous notice titled "Strategic Remotely Piloted Aircraft System (RPAS) Managed Service" (Link available below). The intention for this procurement is to provide opportunity for Bidders to propose solutions based on RPAS and/or Piloted Aircraft Systems and not to limit solutions to Remotely Piloted Aircraft Systems (RPAS) only, the specification will be outcome based. The Small Boats Operational Command (SBOC) leads the overall response to clandestine entry to the UK. It is tasked with ending the viability of the small boats route as a means of entering the UK and with preventing other forms of high-risk clandestine entry. The overarching requirement is that the strategic ISR service must be safe and lawful to operate in UK airspace from UK airfields. As such, the people, platform, and wider system must have full regulatory approval to operate in the UK. This requirement will need to be delivered via a managed service that provides an enduring airframe operational capability. 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; 4) Must have the ability to record high-quality full motion video (FMV) to support criminal justice proceedings; 5) Individual sorties 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 Q2/Q3 2024 with a total anticipated contract duration of 36 months. Suppliers who can offer a solution and provide the required services are requested to register their interest directly with the Buyer named below by 12 May 2023. Suppliers are encouraged to register as 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. The Home Office intends to issue further updates and indicative timescales in the coming weeks.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-cd039c77-9db7-4698-865b-f4ec76aedd26
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/9b5b6aa3-7c04-4cf0-b836-10b583532233
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

34711100 - Aeroplanes

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
27 Apr 20232 years ago
Submission Deadline
Not specified
Future Notice Date
12 May 2023Expired
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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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-cd039c77-9db7-4698-865b-f4ec76aedd26-2023-04-27T17:15:35+01:00",
    "date": "2023-04-27T17:15:35+01:00",
    "ocid": "ocds-b5fd17-cd039c77-9db7-4698-865b-f4ec76aedd26",
    "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": "2023-05-12T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/9b5b6aa3-7c04-4cf0-b836-10b583532233",
                "datePublished": "2023-04-27T17:15:35+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "plannedProcurementNotice",
                "description": "RM6235 Space-Enabled & Geospatial Services DPS - On-boarding - for new and prospective suppliers.",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/ec4283f3-a3b7-4b0b-a824-a5a404ca669b",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "plannedProcurementNotice",
                "description": "* A Dynamic Purchasing System (DPS) that will help to maximise public sector services and support the UK National Space Strategy and Geospatial strategy. This agreement has suppliers that can provide remote geospatial, locational, communication and sensing capabilities. Services available may include data, technology solutions and aerial and land-based platforms.",
                "url": "https://www.crowncommercial.gov.uk/agreements/RM6235"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "Previous notice for the Strategic Remotely Piloted Aircraft System (RPAS) Managed Service as referenced in the description above.",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/d198a89c-6225-422b-a3a7-91d94cdad0cd"
            }
        ]
    },
    "tender": {
        "id": "C23089.",
        "title": "Strategic Intelligence, Surveillance & Reconnaissance (ISR) Special Missions Aircraft (Managed Service)",
        "description": "This notice is intended to replace the information provided in previous notice titled \"Strategic Remotely Piloted Aircraft System (RPAS) Managed Service\" (Link available below). The intention for this procurement is to provide opportunity for Bidders to propose solutions based on RPAS and/or Piloted Aircraft Systems and not to limit solutions to Remotely Piloted Aircraft Systems (RPAS) only, the specification will be outcome based. The Small Boats Operational Command (SBOC) leads the overall response to clandestine entry to the UK. It is tasked with ending the viability of the small boats route as a means of entering the UK and with preventing other forms of high-risk clandestine entry. The overarching requirement is that the strategic ISR service must be safe and lawful to operate in UK airspace from UK airfields. As such, the people, platform, and wider system must have full regulatory approval to operate in the UK. This requirement will need to be delivered via a managed service that provides an enduring airframe operational capability. 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; 4) Must have the ability to record high-quality full motion video (FMV) to support criminal justice proceedings; 5) Individual sorties 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 Q2/Q3 2024 with a total anticipated contract duration of 36 months. Suppliers who can offer a solution and provide the required services are requested to register their interest directly with the Buyer named below by 12 May 2023. Suppliers are encouraged to register as 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. The Home Office intends to issue further updates and indicative timescales in the coming weeks.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "34711100",
            "description": "Aeroplanes"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "34711110",
                "description": "Fixed-wing aircrafts"
            },
            {
                "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"
                    }
                ]
            }
        ],
        "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": "Danielle Daley",
                "email": "danielle.daley1@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
        "name": "Home Office"
    }
}