Tender

Solent Transport - Future Transport Zone Dynamic Purchasing System Lot 7 - Drones - Supply & Operation, Operating Infrastructure & Associated Equipment, Goods & Services

  • Portsmouth City Council

F02: Contract notice

Notice identifier: 2022/S 000-017672

Procurement identifier (OCID): ocds-h6vhtk-034bae

Published 28 June 2022, 5:10pm



Section one: Contracting authority

one.1) Name and addresses

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO12AL

Contact

Procurement Service

Email

procurement@portsmouthcc.gov.uk

Telephone

+44 2392688235

Country

United Kingdom

NUTS code

UKJ3 - Hampshire and Isle of Wight

Internet address(es)

Main address

https://www.portsmouth.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/portsmouthcc/aspx/home

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/portsmouthcc/aspx/home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Solent Transport - Future Transport Zone Dynamic Purchasing System Lot 7 - Drones - Supply & Operation, Operating Infrastructure & Associated Equipment, Goods & Services

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.1.4) Short description

Portsmouth City Council (the council) on behalf of Solent Transport has established a multi Lot multi-supplier Dynamic Purchasing System (DPS) to support the delivery of a Future Transport Zone (FTZ) within the Solent area. The establishment of the DPS was detailed in contract notice 2021/S 000-004302.

The purpose of this further notice is to announce the opening of an additional Lot to the DPS for applicants: Solent Transport - Future Transport Zone Dynamic Purchasing System - Lot 7: Drones - Supply & Operation, Operating Infrastructure & Associated Equipment, Goods & Services.

Lot 7 is being opened for the procurement of drones supply & operation, operating infrastructure & associated equipment, goods & services to enable Solent Transport to deliver a Drones for Medical Logistics Project which forms part of the Solent Transport Future Transport Zone bid.

The project has initially focused on the transportation of medical cargo from the UK mainland to the Isle of Wight. The aim is to expand this to the wider Solent area and to demonstrate the viability of vertical take-off and landing (VTOL) Uncrewed Aircraft Systems (UAS) in this environment.

The project is designed to deliver an operational Uncrewed Traffic Management (UTM) system for drone flights across the Solent area and surrounding region, focusing on medical use applications.

In order to provide for all aspects of the requirements, the Lot will be split into three sub-lots:

● Lot 7A - Uncrewed Traffic Management System (UTM)

● Lot 7B - Aircraft platform/drones supply and operation (UAS)

● Lot 7C - Additional associated equipment, goods and services (Including aircraft platform / drones if supply only)

(Suppliers can apply for any or all lots)

Full details of the activities to be delivered via Lot 7 Drones - Supply & Operation, Operating Infrastructure & Associated Equipment, Goods & Services are captured in Section II.2.4.

The entirety of the call off processes, contracting options and access set out within the original DPS contract notice will apply to the operation of Lot 7.

For completeness, a corrigenda notice to 2021/S 000-004302 will also be published.

The target date for operational commencement of Lot 7 is 1st September 2022. The initial term of Lot 7 will mirror the duration of the FTZ programme, which is due to end on 30th June 2024.

However, as per the operation of the overarching DPS, the operation of Lot 7 may be extended beyond this term on a rolling basis in increments to be determined without limitation in respect of number and length of extension periods applied.

The total value of the services that could be let via Lot 7 of the DPS is estimated to be between £1.7 million and £4.5million. The range varies as the specification is to be confirmed following completion of phase 2 of the project.

The value will be divided between the sublots:

● Lot 7A UTM- approx £1 million to £2.5 million

● Lot 7B UAS - approximately £500,000 to £1.5 million

● Lot 7C Additional associated equipment, goods & services - approximately £200,000 - £500,000

Lot 7 will be established in accordance with the following programme:

• Issue of Supplemental FTS Contract Notice & Lot 7 Document Pack - 28.06.2022

• Deadline for Applications for Lots 7 - 12:00 on 29.07.2022

• Lot 7 Commencement - 01.09.2022

Candidates can apply to be a member of any number of the newly opened lot 7 sublots or existing Lots on the DPS as long as they meet the stated minimum criteria.

Application is by way of completed SRQ and associated documents via the Council's e-sourcing solution Intend by the deadline stated above. The SRQ and associated documentation can be accessed via InTend.

two.1.5) Estimated total value

Value excluding VAT: £4,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 7A - Uncrewed Traffic Management System (UTM)

Lot No

7A

two.2.2) Additional CPV code(s)

  • 34962000 - Air-traffic control equipment
  • 34963000 - Instrument Landing System (ILS)
  • 34968000 - Airport Surveillance System and Lighting System
  • 34999000 - Signal generators, aerial signal splitters and electroplating machines
  • 48120000 - Flight control software package
  • 48130000 - Aviation ground support and test software package
  • 60444000 - Aircraft-operation services
  • 60445000 - Aircraft operating services
  • 63730000 - Support services for air transport
  • 73300000 - Design and execution of research and development

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight
Main site or place of performance

The UTM system will be implemented and trialled in the Solent area and surrounding region, including UK mainland and Isle of Wight.

two.2.4) Description of the procurement

The precise specification for lot 7A will be informed by the proof of concept Phase 2 of the project, which is currently underway, but likely the scope of the Uncrewed Traffic Management System (UTM) requirements is that the system is capable of monitoring flight plans, authorising flight plans, approving flight plans, providing aerial deconfliction, records kept of flight plans, identities and qualifications of aircraft operators is required.

It is anticipated that initial call off from Lot 7A will take place from 1Q 2023. The contract period is initially likely to be around 18 months, with options for extension for up to a maximum of 5 years

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

30 June 2024

This contract is subject to renewal

Yes

Description of renewals

The initial DPS term will be for the length of the FTZ programme until 30th June 2024, with the possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council. It is the intention to run the DPS for as long as it is required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial DPS term will be for the length of the FTZ programme until 30th June 2024, with the possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council. It is the intention to run the DPS for as long as it is required.

two.2) Description

two.2.1) Title

Lot 7B - Aircraft platform/drones supply and operation (UAS)

Lot No

7B

two.2.2) Additional CPV code(s)

  • 34711200 - Non-piloted aircraft
  • 34740000 - Aircraft or spacecraft equipment, trainers, simulators and associated parts
  • 34962000 - Air-traffic control equipment
  • 34963000 - Instrument Landing System (ILS)
  • 34966000 - Radio Direction Finder and Non-Directional Beacon
  • 60445000 - Aircraft operating services
  • 73120000 - Experimental development services

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight
Main site or place of performance

The UAS operation will be implemented and trialled in the Solent area and surrounding region, including UK mainland and Isle of Wight.

two.2.4) Description of the procurement

Solent Transport is seeking to test the viability of using drones for the transportation of medical logistics throughout the Solent and surrounding region. To do this, Portsmouth City Council (the council) on behalf of Solent Transport requires aircraft platform/drone supply and operation (UAS) to supply and operate suitable aircraft platforms.

Solent Transport understands that interested suppliers may be suppliers of drones and/or be operators of drones. Bidders may have existing relationships with third-party suppliers of drones or operators, or seek to form new relationships for the purpose of this DPS Lot.

With this in mind, Solent Transport confirms that it has no preference on whether suppliers provide a turnkey service and operate their own aircraft platform, or whether operators are certified on a third-party aircraft.

The draft platform specification is detailed within the tender documents.

Operators should be capable of conducting UAS operations between two separate locations approximately 30km apart. Experience of cargo deliveries, especially medical products, would be an advantage but is not a requirement.

It is anticipated that initial call off from Lot 7B will take place from 3Q/4Q 2022. It is likely to be in excess of £500,000 but will be unlikely to exceed £1m.

Suppliers who only wish to supply aircraft platform / drones and not to provide an operational service are directed to apply via lot 7C.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

30 June 2024

This contract is subject to renewal

Yes

Description of renewals

The initial DPS term will be for the length of the FTZ programme until 30th June 2024, with the possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council. It is the intention to run the DPS for as long as it is required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial DPS term will be for the length of the FTZ programme until 30th June 2024, with the possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council. It is the intention to run the DPS for as long as it is required.

two.2) Description

two.2.1) Title

Lot 7C - Additional associated equipment, goods and services (Including aircraft platform / drones if supply only)

Lot No

7C

two.2.2) Additional CPV code(s)

  • 34711200 - Non-piloted aircraft
  • 34711400 - Special-purpose aircraft
  • 34731000 - Parts for aircraft
  • 34741000 - Aircraft equipment
  • 34960000 - Airport equipment
  • 60445000 - Aircraft operating services
  • 63111000 - Container handling services
  • 63731000 - Airport operation services
  • 63732000 - Air-traffic control services

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight
Main site or place of performance

The UTM system & UAS operations will be implemented and trialled in the Solent area and surrounding region, including UK mainland and Isle of Wight.

two.2.4) Description of the procurement

The project may also require additional support equipment including goods and services that fall outside the scope of Lot A & B and will be procured separately. Suppliers (whether submitting an application to Lot 7A or 7B or not), can apply for inclusion on Lot 7C (Refer to call for application for draft specification).

The following examples of equipment, goods and services is likely to form the scope of what is likely to be purchased via this Lot, although it should be noted that this list is non-binding and non-exhaustive: Various sensors, automated cargo handling for drones, crash proof containers for drone flights, venues for tests and trials, aircraft platform / drones on a supply only basis.

The procurement of equipment from Lot 7C is likely to be for approximately £200,000, however may in some circumstances be up to £500,000.

It is anticipated that initial call off from 7C will take place from 1Q/2Q 2022.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

30 June 2024

This contract is subject to renewal

Yes

Description of renewals

The initial DPS term will be for the length of the FTZ programme until 30th June 2024, with the possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council. It is the intention to run the DPS for as long as it is required.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial DPS term will be for the length of the FTZ programme until 30th June 2024, with the possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council. It is the intention to run the DPS for as long as it is required.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Suppliers applying for the operation of UAS in Lot 7B must hold a current Operational Safety Case in the Specific Category, approved by the UK Civil Aviation Authority (CAA).

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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

29 July 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

For further details regarding the entirety of the call off processes, contracting options and access is set out within the original DPS contract notice 2021/S 000-004302, and these will apply to the operation of Lot 7.

Refer to the call for application for further information.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk/