Award

School of Biology/SMRU: Multi-Sensor Camera and Mapping System for Coastal Seal Surveys

  • University of St Andrews

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-066813

Procurement identifier (OCID): ocds-h6vhtk-05d008

Published 20 October 2025, 3:58pm



Section one: Contracting authority/entity

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/

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: Multi-Sensor Camera and Mapping System for Coastal Seal Surveys

Reference number

BIO091025/CM/SL

two.1.2) Main CPV code

  • 38651000 - Cameras

two.1.3) Type of contract

Supplies

two.1.4) Short description

Multi-Sensor camera and mapping system for coastal seal surveys.

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: £380,000

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

Multi-sensor camera and mapping system for coastal seal surveys

The system must include the following sensors:

-cooled HD MWIR/LWIR video with continuous zoom lens (approx. 20° to 2°)

-HD colour video with continuous zoom lens

-high-resolution (36MP+) photo camera with 300mm lens

-laser range finder

The system must have the following features/capabilities:

-gyro-stabilised gimbal

-direct geo-location with IMU/INS and laser range finder

-video object/scene tracking to enable stabilised imagery while photographing

-live mapping system that can be customised with additional GIS layers, that shows the live coverage of the IR and photo sensors, that highlights the areas already covered by the IR camera at a given minimum resolution

-all data recorded must have embedded synchronised timestamps

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

The technical characteristics of the equipment are such that these cannot be met by another supplier/piece of equipment. Additionally the equipment is required to integrate with existing apparatus.

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

Contract No

BIO/091025/CM/SL

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

9 October 2025

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

Trakka Systems AB

46 Stationsvagen

Arla

635 36

Telephone

+46 736870972

Country

Sweden

NUTS code
  • SE11 - Stockholm
The contractor/concessionaire is an SME

Yes

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

Total value of the contract/lot/concession: 521,120 EUR


Section six. Complementary information

six.3) Additional information

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=812634.

(SC Ref:812634)

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.