Awarded contract

040-0821OET UAV with VNIR/SWIR/LiDAR/GPS/IMU Solution

  • Agri-EPI Centre

F03: Contract award notice

Notice reference: 2022/S 000-000062

Published 4 January 2022, 12:34pm



Section one: Contracting authority

one.1) Name and addresses

Agri-EPI Centre

Northern Agri-Tech Innovation Hub, Easter Bush

Roslin

EH25 9RG

Contact

AEC Limited

Email

procurement@agri-epicentre.com

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.agri-epicentre.com/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30410

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research & Technology Agriculture


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

040-0821OET UAV with VNIR/SWIR/LiDAR/GPS/IMU Solution

Reference number

040-0821OET

two.1.2) Main CPV code

  • 35613000 - Unmanned aerial vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

AEC require a ready-to-fly small unmanned aircraft vehicle (SUA/UAV) system with (ideally) fully-integrated co-aligned hyperspectral visible and near-infrared (VNIR) and short-wave infrared (SWIR) (400 – 2500nm) and LiDAR sensors, along with in-flight data capture and storage system. To enable data to be captured to high geolocation accuracy, the system must be fitted with high performance GNSS/GPS and IMU. The system package is to include all software needed for data integration, post-processing and mission planning to enable the full utilisation of the payload attached/integrated to the UAV. We are looking for delivery of the solution mid-end November 2021.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £300,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

AEC require a ready-to-fly small unmanned aircraft vehicle (SUA/UAV) system with (ideally) fully-integrated co-aligned hyperspectral visible and near-infrared (VNIR) and short-wave infrared (SWIR) (400 – 2500nm) and LiDAR sensors, along with in-flight data capture and storage system. To enable data to be captured to high geolocation accuracy, the system must be fitted with high performance GNSS/GPS and IMU. The system package is to include all software needed for data integration, post-processing and mission planning to enable the full utilisation of the payload attached/integrated to the UAV. We are looking for delivery of the solution mid-end November 2021.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

Described within the ITT documents

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-019290


Section five. Award of contract

Contract No

040-0821OET

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 November 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 2

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Pro-Lite Technology Ltd

Innovation Centre, University Way

Cranfield

MK43 0BT

Telephone

+44 07790883501

Country

United Kingdom

NUTS code
  • UKH2 - Bedfordshire and Hertfordshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £300,000

Total value of the contract/lot: £300,000


Section six. Complementary information

six.3) Additional information

Bids to include for the supply of an initial ‘essential spares’ package, on-site instruction/training in equipment assembly and operation and in use of the software, containers for equipment storage and transport, and a comprehensive warranty.

The successfully awarded Bidder(s) must confirm that the equipment will be fully supported in the event of breakdown or malfunction. Further, upon award, the Bidder(s) must fully-test and quality control the system prior to shipping, providing sample data acquired by the supplied system itself. All components must be co-bore sighted, and alignment and offset calculations provided (precise offset coefficients for pitch, roll, yaw) etc.

Beyond the usual free 12 or 24 months inclusive service and warranty situation which also must include any software module update free of charge too, we would need bidders to be able to provide additional optional 3 – 5 years warranty and servicing package including the above updates and a further optional 5 – 10 year package too if available.

Ideally, free data connectivity is important and bidders are expected to provide this so that we can interface, extrapolate and manipulate data without charge to us as the Authority from the device and bidders should explain how this will be conveyed in their bid response.

Costs of delivery, installation, set up and commissioning of all items, training, data management and technical support must also be conveyed and included as part of bidders responses within this document.

The scope of this requirement can also include delivery, training, familiarisation, installation and disposal of any of the above or future related or bespoke items.

The scope of the requirement can also include any maintenance, servicing, logistics and storage of the above items.

(SC Ref:678499)

six.4) Procedures for review

six.4.1) Review body

High Court

Strand, City of Westminister

London

Country

United Kingdom