Tender

Provision of a Third Party Assessor of Threat Image Projection (TIP) Image Libraries and Collation of TIP Data

  • Civil Aviation Authority

F17: Contract notice for contracts in the field of defence and security

Notice identifier: 2023/S 000-024490

Procurement identifier (OCID): ocds-h6vhtk-03b471

Published 21 August 2023, 12:06pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Civil Aviation Authority

Aviation House, Beehive Ring Road

Crawley

RH6 0YR

Contact

Eva Berlin and Scott Taggart

Email(s)

eva.berlin@caa.co.uk

Telephone

+44 3300221500

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

https://www.delta-esourcing.com/

Address of the buyer profile

https://www.caa.co.uk/home/

Further information

Further information can be obtained from the above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from

The above-mentioned contact point(s)

Tenders or requests to participate must be sent to

The above-mentioned contact point(s)

one.2) Type of the contracting authority

Other type

Aviation Regulator

one.3) Main activity

Other activity

Aviation Regulator

one.4) Contract award on behalf of other contracting authorities/entities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

Provision of a Third Party Assessor of Threat Image Projection (TIP) Image Libraries and Collation of TIP Data

two.1.2) Type of contract and location of works, place of delivery or of performance

Services

Service category No 26: Other services

Main site or location of works, place of delivery or of performance

UNITED KINGDOM

NUTS code

  • UK - United Kingdom

two.1.5) Short description of the contract or purchase(s)

System quality assurance assessment and review services. Under the National Aviation Security Programme (NASP), the UK has regulated the use of Threat Image Projection (TIP), and this will shortly become mandatory for the screening of cabin baggage and items carried at all airport passenger and staff checkpoints. Historically the image libraries have been centrally provided by the Department for Transport (DfT), however given the increasing range of security screening equipment available, moving forward the Civil Aviation Authority will be seeking to assess and approve libraries created by third party suppliers, including by the equipment manufacturers themselves, using a set of standardised physical threat articles. After initial approval, image libraries must have 10% of their images updated and re-approved annually. There are currently 8 libraries which have already been approved and would require annual re-approval. The CAA is accordingly looking to identify and contract with an independent third party (ie one who is not involved in the production of the libraries) to assess the content and suitability of new or amended image libraries against agreed criteria, and provide advice and recommendations as to their approval or otherwise. The supplier would be required to manage the physical threat item library and to undertake assessment of both initial and annual updates of image libraries. Additionally, the contractor would receive and collate monthly TIP data generated, which would be provided direct by around 50 UK airports, conduct initial analysis of the data received, and provide monthly reports to the CAA based on this data . It is important both for the ongoing resource and functionality of the capability, and also its independence, that the assessment is carried out by a third party appointed by the CAA on behalf of the Department for Transport (DfT). Under this arrangement, CAA will maintain oversight of the third party provider on a continuous basis. In the future the use of TIP may be extended to other areas of aviation security screening, such as hold baggage, cargo and in-flight supplies, each of which would require initial and subsequent re-approval of TIP libraries. For library approvals it is envisaged the contractor would levy a fee direct from the applicant for each application assessed, based on a scale of charges to be agreed with the CAA. The cost of collating and analysing TIP data would be charged direct to the CAA.

two.1.6) Common procurement vocabulary (CPV)

  • 72225000 - System quality assurance assessment and review services

two.1.7) Information about subcontracting

The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed

two.1.8) Lots

This contract is divided into lots: No

two.1.9) Information about variants

Variants will be accepted: No

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

It is anticipated that the Contract will be awarded for an initial period of 2 years, subject to an annual review, from the Commencement Date (“the initial Contract Term”). The contract may be extended on the same terms and conditions at CAA’s option for a further period or periods of 12 months not exceeding 5 years in total; The maximum duration of the Contract Term will therefore be 7 years from the Commencement Date. The contract value reflects the costs which will be chargeable to the CAA only, please note this does not include library assessments, the supplier would levy a fee direct from the applicant for each application assessed, based on a scale of charges to be agreed with the CAA.

Estimated value excluding VAT:

£100,000

two.2.2) Information about options

Options: No

two.2.3) Information about renewals

This contract is subject to renewal: Yes

Number of possible renewals: Range: between 1 and 5


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

See relevant documentation published alongside this opportunity.

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

See relevant documentation published alongside this opportunity.

three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

See relevant documentation published alongside this opportunity.

three.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information

See relevant documentation published alongside this opportunity.

three.2) Conditions for participation

three.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: See relevant documentation published alongside this opportunity.

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: See relevant documentation published alongside this opportunity.

three.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: See relevant documentation published alongside this opportunity.

three.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: See relevant documentation published alongside this opportunity.

Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)

Information and formalities necessary for evaluating if the requirements are met: See relevant documentation published alongside this opportunity.

three.3) Conditions specific to services contracts

three.3.1) Information about a particular profession

Execution of the service is reserved to a particular profession: No

three.3.2) Staff responsible for the execution of the service

Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Restricted

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged number of operators: 5

Objective criteria for choosing the limited number of candidates: See relevant documentation published alongside this opportunity.

four.2) Award criteria

four.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

Contract Ref: 3290

four.3.2) Previous publication(s) concerning the same contract

Prior information notice

Notice number: 2023/S 000-008060 of 20 March 2023

Other previous publications

no

four.3.4) Time limit for receipt of tenders or requests to participate

20 September 2023 - 12:00pm

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about European Union funds

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

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Crawley:-System-quality-assurance-assessment-and-review-services./D9ZWBBJQ78" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Crawley:-System-quality-assurance-assessment-and-review-services./D9ZWBBJQ78

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/D9ZWBBJQ78" target="_blank">https://www.delta-esourcing.com/respond/D9ZWBBJQ78

GO Reference: GO-2023821-PRO-23687637

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Civil Aviation Authority

Crawley

RH6 0YR

Country

United Kingdom