Section one: Contracting authority
one.1) Name and addresses
University of St Andrews
Walter Bower House, Eden Campus
Guardbridge
KY16 0US
Contact
Adrian Wood
Telephone
+44 1334462523
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
http://www.st-andrews.ac.uk/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00111
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://in-tendhost.co.uk/universityofstandrews
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/universityofstandrews
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://in-tendhost.co.uk/universityofstandrews
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
School of Biology / SMRU: Camera System for use in Aerial Surveys of Grey Seal Breeding Colonies
Reference number
BIO/150623/CM/SL
two.1.2) Main CPV code
- 38651000 - Cameras
two.1.3) Type of contract
Supplies
two.1.4) Short description
Camera System for use in Aerial Surveys of Grey Seal Breeding Colonies.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
UK - St Andrews
two.2.4) Description of the procurement
Camera System for use in Aerial Surveys of Grey Seal Breeding Colonies.
The aim is to repeatedly produce high-resolution (approx. 2 cm / pixel Ground Sampling Distance) orthorectified image mosaics for grey seal breeding colonies in the UK. Each colony is surveyed around five times throughout a breeding season (Sep-Dec). The sizes of the survey sites vary from under 0.5 km2 to 5 km2. Whereas some of the sites have very little elevation, others are long narrow beaches at the foot of high cliffs.
Standard survey parameters
Aircraft type: Small (four- or six-seater) twin-engine fixed-wing aircraft (eg, Vulcanair / Partenavia P68 or Piper PA-23 Aztec)
Survey altitude (AGL): approx. 1100 ft
We cannot go much lower due to some survey sites being at the foot of 250m high cliffs (820ft). We do not want to go higher in order to remain below cloud base as much as possible.
Survey flight speed: ≤ 130 kts ground speed (typically around 110 kts)
Survey area: Approx. 80 sites of different size (0.5-5 km2, around 1 km2 on average), up to 40 surveyed on a single day.
Light conditions: Surveys are carried out in autumn and winter (mid-September to end of December) in the UK (between 52˚ to 60˚ North). Days are very short towards the end of the breeding season and, given other constraints (e.g., weather windows, airspace restrictions), surveys regularly have to be carried out in poor light conditions (eg, solar altitude below 10˚, overcast, area of interest at foot of north-facing cliffs).
System requirements
Camera type: RGB still camera (option to add IR camera would be desirable)
Total number of pixels: ≥ 150 MP
Number of pixels across flight track: approx. ≥15,000
Cover across flight track: ≥ 300 m
Ground sampling distance (GSD): approx. ≤ 2 cm / pixel
Image overlap (consecutive frames): ≥ 60%
Maximum shutter speed: 1/1000 sec or faster
Minimum frame interval: ≤ 1 sec
Camera stabilisation: gyro-stabilised mount that automatically corrects for aircraft pitch / role / yaw
Georeferencing: All photographs should be georeferenced as accurately as possible.
Forward motion compensation: ≤ 1.5 pixels forward motion blur at 130 kts ground speed. Some type of active FMC is likely necessary to allow for slow shutter speeds in poor light conditions.
Monitors: Ideally the system would include three monitors:
1) pilot’s monitor to guide pilot onto survey tracks
2) camera operator’s ‘monitor 1’ for selecting, monitoring, and adjusting survey flight tracks. It usually isn’t possible to stick to a pre-flight survey plan, so it must be possible to quickly change the order and/or flight direction of different survey runs in-flight to conduct survey flights as efficiently as possible.
3) camera operator’s ‘monitor 2’ for checking image quality
Software: Software packages should cover all aspects of survey planning, survey flight management & guidance, and image processing (eg, georeferencing, stitching, orthorectifying).
System size: small footprint to allow installation in different types of small (4- or 6-seater) aircraft (eg, Vulcanair / Partenavia P68, Piper PA-23 Aztec, or smaller). The system must fit a camera hatch that is 45 cm wide and 20 cm deep.
System installation and operation: easy and quick to install in and remove from aircraft by one or two people. System must be operable by one person (not the pilot).
Please see ITT for full requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
3
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews
Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
21 July 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 July 2023
Local time
12:00pm
Place
Procurement - University of St Andrews
Information about authorised persons and opening procedure
Appointed Procurement Staff.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews
Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=734778.
(SC Ref:734778)
six.4) Procedures for review
six.4.1) Review body
Dundee Sheriff Court
6 West Bell Street
Dundee
DD1 9AD
Telephone
+44 1382229961
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The University of St Andrews will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract being communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from The University of St Andrews.
If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2012 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session.
The anticipated review body in such cases would be:
Dundee Sheriff Court
6 West Bell Street
Dundee
DD1 9AD
Telephone: +44 1382 229 961
Anyone bringing court proceedings against the University of St Andrews must inform the University of St Andrews in advance of the alleged breach and its intention to bring proceedings. Any such action must be brought within 15 days of the date on which a decision is sent to them or published to challenge that decision.
Proceedings seeking an ineffectiveness order must be brought within 30 days of the publication of the contract award notice in the OJEU, or 30 days from the date of a decision letter to all tenderers concerned, and any candidates concerned, containing a summary of the reason for the recipient being unsuccessful, otherwise 6 months from the date of entering into the contract or concluding the framework agreement.
Where a contract has not been entered into the Court may, by interim order, suspend the procurement procedure. The court may also set aside a decision or actions taken by the University or order it to amend and document; and/or award damages. However, by express requirement the court may decide not to grant an interim order when the negative consequences of such an order are likely to outweigh the benefits, having regard to a number of considerations.
If the contract has been entered into the Court may, depending on the nature of the breach: make an ineffectiveness order; impose a financial penalty; shorten the duration of the contract; make any other order considered appropriate to address the consequences of ineffectiveness or shortening the duration or the contract; award damages.