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

  Civil Aviation Authority is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of a Third Party Assessor of Threat Image Projection (TIP) Image Libraries and Collation of TIP Data
Notice type: Defence Contract Notice
Authority: Civil Aviation Authority
Nature of contract: Services
Procedure: Restricted
Short Description: 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.
Published: 21/08/2023 11:45
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Crawley: System quality assurance assessment and review services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
       Civil Aviation Authority
       Aviation House, Beehive Ring Road, Crawley, RH6 0YR, United Kingdom
       Tel. +44 3300221500, Email: eva.berlin@caa.co.uk
       Contact: Eva Berlin and Scott Taggart
       Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: https://www.caa.co.uk/home/
       NUTS Code: UK

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Applications must be sent to: As Above       
   
   I.2)Type of the contracting authority and main activity or activities:
      Other type:: Aviation Regulator

   I.3) Main activity:
      Other activity:

   I.4) Contract award on behalf of other contracting authorities/entity:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Provision of a Third Party Assessor of Threat Image Projection (TIP) Image Libraries and Collation of TIP Data
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 26

         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Framework agreements: Not Provided
      
      II.1.5)Short description of the contract or purchase:
      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.
         
      II.1.6)Common Procurement Vocabulary:
         72225000 - System quality assurance assessment and review services.
         

      II.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.      
      II.1.8)Division into lots: No
      II.1.9)Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope (including all lots, renewals and options):
      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
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Renewals: Yes
                           Number of possible renewals: Range between: 1 to 5                   
   II.3)Duration Of The Contract Or Time-Limit For Completion      


Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      See relevant documentation published alongside this opportunity.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      See relevant documentation published alongside this opportunity.
      
      III.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.
      
      III.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.   
   III.1.5) Information about security clearance
      Candidates which do not yet hold security clearance may obtain such clearance until: Not Provided   
      
   III.2)Conditions For Participation
      III.2.1)Economic and financial capacity:         
         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.      
      III.2.2) Economic and financial standing:      
         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.      
      III.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.      
      III.2.4) Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Execution of service is reserved to particular profession: No       
      III.3.2)Legal person should indicate the names and professional qualifications of the staff responsible for execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.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.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Contract Ref: 3290      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJ: 2023/S 000 - 008060 of 20/03/2023
               
         Other previous publications: No                

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 20/09/2023
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)The contract is related to a project and/or programme financed by European Union funds: No       
   VI.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

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/D9ZWBBJQ78
GO-2023821-PRO-23687637 TKR-2023821-PRO-23687636
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
       Civil Aviation Authority
       Crawley, RH6 0YR, United Kingdom

      VI.4.2)Procedures for appeal: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 21/08/2023

ANNEX A

View any Notice Addenda

View Award Notice