Contract

School of Biology / SMRU: Camera System for use in Aerial Surveys of Grey Seal Breeding Colonies

  • University of St Andrews

F03: Contract award notice

Notice identifier: 2023/S 000-029271

Procurement identifier (OCID): ocds-h6vhtk-03d66c

Published 4 October 2023, 2:21pm



Section one: Contracting authority

one.1) Name and addresses

University of St Andrews

Walter Bower House, Eden Campus

Guardbridge

KY16 0US

Contact

Adrian Wood

Email

procurement@st-andrews.ac.uk

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.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.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: 190,480 EUR

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.2.11) 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 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: 2023/S 000-016976


Section five. Award of contract

Contract No

BIO/150623/CM/SL

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 September 2023

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: 1

Number of tenders received from tenderers from non-EU Member States: 1

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

Phase One A/S

Roskildevej 39

Frederiksberg

2000

Telephone

+44 7727097546

Country

Denmark

NUTS code
  • DK01 - Capital (region)
The contractor is an SME

Yes

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

Total value of the contract/lot: 190,480 EUR


Section six. Complementary information

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

(SC Ref:745815)

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.