Notice Information
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.
Notice Details
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
Buyer & Supplier
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
-
https://www.contractsfinder.service.gov.uk/Notice/9b5b6aa3-7c04-4cf0-b836-10b583532233
27th April 2023 - Early engagement notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/ec4283f3-a3b7-4b0b-a824-a5a404ca669b
RM6235 Space-Enabled & Geospatial Services DPS - On-boarding - for new and prospective suppliers. -
https://www.crowncommercial.gov.uk/agreements/RM6235
* 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. -
https://www.contractsfinder.service.gov.uk/Notice/d198a89c-6225-422b-a3a7-91d94cdad0cd
Previous notice for the Strategic Remotely Piloted Aircraft System (RPAS) Managed Service 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-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"
}
}