Airborne Data Link Migration Project
The primary aim of the ADL migration project is to support the transition of all UK law enforcement airborne video and data transmissions from two existing frequency bands (analogue and digital) to a single new frequency band (digital) with a common channel plan. This project supports the move to borderless working as a result of the formation of the National Police Aviation Service (NPAS) on 1.10.2012.
UK-London: aircraft equipment
2012/S 211-347432
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
The Secretary of State for the Home Department (acting through the Home Office Police ICT Company Directorate)
Fry Building, 2 Marsham Street
Contact point(s): Andrew Moore
SW1P 4DF London
UNITED KINGDOM
Telephone: +44 2031137496
E-mail: andrew.moore@homeoffice.pnn.police.uk
Internet address(es):
General address of the contracting authority: https://npia.bravosolution.co.uk
Address of the buyer profile: www.homeoffice.gov.uk
Further information can be obtained from: The Secretary of State for the Home Department (acting through the Home Office Police ICT Company Directorate)
Fry Building, 2 Marsham Street
Contact point(s): Andrew Moore
For the attention of: Mr A Moore
SW1P 4DF London
UNITED KINGDOM
Telephone: +44 2031137496
E-mail: andrew.moore@homeoffice.pnn.police.uk
Internet address: https://npia.bravosolution.co.uk
Tenders or requests to participate must be sent to: Secretary of State for the Home Departement (acting through the Home Office Police ICT Company Directorate)
Fry Building, 2 Marsham Street
Contact point(s): Andrew Moore
For the attention of: Mr A Moore
SW1P 4DF London
UNITED KINGDOM
Telephone: +44 2031137496
E-mail: andrew.moore@homeoffice.pnn.police.uk
Internet address: https://npia.bravosolution.co.uk
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: England, Wales and Scotland.
NUTS code UK
The primary aim of the ADL migration project is to support the transition of all UK law enforcement airborne video and data transmissions from two existing frequency bands (analogue and digital) to a single new frequency band (digital) with a common channel plan. This project supports the move to borderless working as a result of the formation of the National Police Aviation Service (NPAS) on 1.10.2012.
The overall requirement is for a digital downlink system able to transmit high quality, full motion Standard Definition (SD) video plus associated audio and ancillary data from a variety of police aircraft to fixed sites and mobile or portable receiving equipment.
In addition, there is a very limited requirement for the ability to transmit high quality, full motion SD video from a portable transmitter to receiving equipment located within a police aircraft. This received video must then be capable of being rebroadcast via Downlink to users on the ground.
The successful supplier shall be responsible for the supply and installation of digital broadcast and receiving equipment to cover the replacement of existing analogue equipment with digital equipment capable of providing the above services and operating in accordance with the recognised interoperability standard and within the agreed broadcast channels.
In addition, the supplier shall be responsible for the supply of equipment, testing of equipment, installation of equipment in aircraft, installation of equipment at fixed sites, provision of mobile equipment, project management of overall implementation and collaboration with other aspects of implementation in the wider ADL migration project.
There are:-.
— approximately 12 aircraft which need to be fitted with appropriate digital equipment to replace existing analogue equipment,
— approximately 50 fixed sites where both the receiver unit and antenna equipment will need to be – replaced to support digital working; and,
— approximately 90 mobile analogue units which will need to be replaced to support digital working.
The aircraft to be modified are of various makes and model (to be confirmed in the tender documentation), located at police Air Support Units across the United Kingdom. All equipment supplied for installation within the aircraft must have been successfully tested to ED14 standard or DO-160 standards (or equivalent), as suitable for use in light aircraft operating up to 10,000ft in all regions of the UK, including costal areas.
Bidders should note that Police Air Operations Units including NPAS, are required to use a CAA BCAR A8-23 Maintenance Organisation (described in CAP 553) for aircraft maintenance and to manage the CAMO (Continuing Airworthiness Management Organisation) using the CAA BCAR A8-25 structure. Aircraft installation activity will be commissioned by the respective aircraft owner under the appropriate structure and that for NPAS this will be BCARS A8-25. In addition, the final modification provided for each aircraft type will need to be both nationally and EASA approved to allow for future flexibility in the employment of aircraft.
As a result, any necessary design work undertaked by the successful supplier must be carried out by organisations with EASA Part 21 subpart J design approval. Any manufactured components must be produced by organisations with have EASA Part 21 subpart G manufacturing approval.
All installation work performed by the successful supplier must have EASA Part 145 approval (appropriate for installation on EC145, EC135, AW109E, BN Islander, BN Defender and MD explorer type aircraft).
Full details of the location of the relevant aircraft, the locations and condition of the fixed sites, information regarding mobile equipment, together with the minimum interoperability standard, the required frequency bands, channels for transmitting and receiving equipment, including transmitting power and other parameters are defined within the relevant sections of the statement of requirements which will form part of the Invitation to Tender documentation provided to successful applicants.
34741000, 32441200, 32300000, 32441000, 32260000, 32270000, 32223000
Estimated value excluding VAT:
Range: between 6 500 000 and 9 000 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: To be confirmed within the Invitation to Tender documentation.
Minimum level(s) of standards possibly required: See Pre-Qualification Questionnaire.
See Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required:
See Pre-Qualification Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: See Pre-Qualification Questionnaire.
Section VI: Complementary information
Applicants wishing to participate in the tendering exercise should complete and return the Pre-Qualification Questionnaire (PQQ) to the Contracting Authority via the Bravo eSourcing portal by the time-limit provided at IV.3.4. The responses to the PQQ will be used in the first step of selecting tenderers to be invited to participate further in the procurement exercise. The PQQ and a question and answer information sheet are available on the Bravo eSourcing Portal.
The Contracting Authority is utilising an electronic tendering tool to manage this procurement exercise and to communicate with economic operators. Accordingly, there will be no hard copy documents issued to economic operators and all communications with the Contracting Authority, including the submission of completed Pre-Qualification Questionnaires, will be conducted via the Bravo eSourcing portal, accessible at https://npia.bravosolution.co.uk. A helpdesk is available to economic operators on 0800 368 4850 for any eSourcing portal queries.