Avionics Systems and Procedural Trainer (ASPT)
A Tender Notice
by MINISTRY OF DEFENCE
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 7 year
- Value
- £0-£450K
- Sector
- DEFENCE
- Published
- 27 Jul 2022
- Delivery
- 30 Dec 2022 to 31 Mar 2030
- Deadline
- 30 Aug 2022 11:00
Concepts
Location
United Kingdom
1 buyer
- MOD Bristol
Description
The Defence Equipment and Support (DE&S) Special Projects Multi-Air Platforms (SPMAP) Project Team has a requirement for the procurement of 2 x classroom-based Avionics Systems and Procedural Trainers (ASPT) to assist aircrew personnel training. This requirement shall also include in-service support and maintenance for the duration of the Contract. Quantity or scope: There is a requirement to provide a classroom-based Avionics Trainer that delivers graphical representation of the H135 T3H Aircraft avionics systems, at Helionix Avionics 3.1.1 software standard to assist aircrew personnel training. The requirement also includes the support and maintenance of the Trainers for the duration of the Contract. Please Note: Delivery, and initialisation for use of the Avionics Systems and Procedural Trainer is required by 31 July 2023. The Contractor will be required to: 1. Provide 2 x Avionics Systems and Procedural Trainers that replicate the functionality and symbology of the H135 T3H Aircraft System and representative displays of the cockpit configuration. This shall include replicating the latest Helionix Avionics Step 3 Suite (3.1.1.), with the ability to upgrade the Avionics Suite in the future if required and when instructed by the Authority. 2. Provide a Trainer that replicates normal aircraft operations and has the ability to introduce emergency scenarios that can be demonstrated within the bounds of the avionics system including audio and visual indication. 3. Provide a Trainer that allows the User to carry out: AC start and Stop procedures to give Aircrew familiarisation. Cockpit instrumentation familarisation of the H135 T3H aircraft. Procedural instrument flying and GPS Navigation serials to give aircrew familiarisation 4. Provide a train-the-trainer package to be delivered in conjunction with the system delivery ensuring trainers and course designers are fully competent with the use of the Avionic Trainers. This shall include the provision of training publications/materials. These shall be updated following any changes to the systems e.g. software upgrade or change to the system following an ad hoc task, along with the option for training to be repeated throughout the duration of the Contract. 5. Provide continued support and maintenance to the Training Systems to ensure their availability throughout the Contract. This support shall include, but not limited to technical support, software and hardware upgrades and updates when requested, fault finding and correction, repairs, replacement of components BER and like-for-like replacement of damaged items if and when requested by the Authority. 6. Provide a technical enquiry support and resolution service, giving advice/guidance and remote resolution of issues where appropriate. 7. Provide a set of publications to assist users of the equipment. This shall include information such as operational/user manuals, system documentation, technical information and a trouble shooting guide. These are to be maintained throughout the life of the contract. 8. Provide personnel that hold Baseline Personnel Security Standard (BPSS) and Counter Terrorist Check (CTC) Clearances prior to access onto site. Estimated value excluding VAT: £450,000 Please note: The Authority will not accept or respond to any clarification questions on the requirement at this stage. The Authority will accept and respond to generic clarification questions regarding the DPQQ and DSP process submitted before 12:00pm 22/08/22. Interested companies are required to complete a Dynamic Pre-Qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the company’s capacities and capabilities against the selection criteria. The Authority will use the DPQQ response to create a shortlist of tenderers who: a) are eligible to participate; b) fulfil any minimum economic, financial, professional and technical standards; and, c) best meet in terms of capacity and capability the selection criteria set out below The Pre-Qualification Questionnaire Selection Criteria can be found in the attached supporting documentation. The closing date for submission of responses is 30/08/2022. Responses received after this closure date/time will be discounted. The Authority shall pre-qualify the 5 highest scoring Potential Providers for the ITT stage. A minimum score of 10 (Satisfactory) shall be required for all scored and weighted questions, this shall be calculated as a minimum 10% weighting for inclusion in the ITT stage for this requirement. All remaining questions will be PASS/FAIL. An evaluation of a FAIL shall result in an unsuccessful result and you will not be included within the next stage of tendering for this requirement. The Authority reserve the right to exclude a potential tenderer if the estimated contract value exceed 50% of the potential tenderers turn over.
CPV Codes
- 80650000 - Training and simulation in aircrafts, missiles and spacecrafts
Indicators
- This is a one-off contract (no recurrence)
- Financial restrictions apply.
- Professional qualifications are sought.
- Technical restrictions apply.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** 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.The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. https://www.gov.uk/government/publications/government-security-classification The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement. The procurement has a security classification of Official Sensitive. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Not Applicable (Reference - RAR-977771509).
Reference
- ocds-h6vhtk-0356ae
- FTS 020539-2022