Tender

703082452 - Provision of P8-A Aircrew Currency Simulator Training

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

TenderAmendment

09 Aug 2022 at 08:33

Tender

05 Aug 2022 at 13:24

Summary of the contracting process

The Ministry of Defence is seeking a service provider to deliver aircrew currency simulator training for RAF personnel. The contract, worth GBP 81,000, will involve providing 737-800 NG training, Type Rating courses, and scenario-based training for qualifying RAF pilot and engineering personnel. Training must be conducted in the UK near Inverness airport, with a contract duration of 2 years and a potential 12-month extension. The procurement method is a restricted procedure, and the tender deadline is September 12, 2022.

This opportunity is suitable for service providers experienced in delivering simulator training services for defence organisations. Small and medium-sized enterprises are encouraged to apply, given the emphasis on complying with commercial, technical, and professional standards. The competitive nature of the procurement process, with the contract being awarded based on the lowest compliant tender, presents a chance for businesses to showcase their capabilities and secure a long-term training contract with the Ministry of Defence.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

703082452 - Provision of P8-A Aircrew Currency Simulator Training

Notice Description

The Authority has identified the need for aircrew currency simulator training, through the provision of 737-800/NG simulator slots and instructors to maintain RAF P-8A pilot currency training and to conduct aspects of engineer initial and currency training regarding engine ground-runs and dealing with emergency procedures. The requirement will depend on the availability of the Operational Flight Trainers (OFTs) at RAF Lossiemouth and this contract will only be utilised if the OFTs at RAF Lossiemouth are unavailable, but training is still required by the Authority. The Authority will utilise a Task Authorisation Form (TAF) to call off any of the requirements captured and detailed in the Statement of Work Training Requirements. The general scope of the requirement is summarised below: (a) deliver 737-800 NG training to RAF pilot and engineering personnel. (b) deliver a 737-800 NG Type Rating course to one RAF Test Pilot (c) deliver the Licence Proficiency Check (LPC) in accordance with SRG 11581. (d) deliver Operator Proficiency Checks (OPC) scenario-based training to meet RAF requirements (e) provide qualified Type Rating Instructors (TRIs) /Type Rating Examiners (TREs) (as appropriate) to conduct exercises on the 737-800 NG simulator. (f) provide engineer initial and currency training for engine ground running, to include groundschool and simulator exercises. (g) provide the Authority with written performance reports on all individuals that undertake training (h) allow annual RAF evaluation of the training devices in accordance with MAA Regulatory Article 2375. The training provider shall be an Approved Training Organisation (ATO). Training shall be conducted in the UK at a location no more than 45 minutes' drive from an airport which provides a same-day direct air link to Inverness airport. The contract will be for 2 years with an additional 12 month option. The contract will be awarded through the competitive process under PCR 2015 restricted route. Contract Award Criteria is Lowest Compliant Tender. Therefore, Compliance with all commercial, technical and professional standards within the draft statement of requirement documentation is essential. Statement of requirement is attached to this notice. Here is the link to the DPQQ: https://contracts.mod.uk/go/11121622018281AFF7AC Here is the link to the Opportunity Listing: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=53972

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-d80beff2-0c14-4c0b-88e0-4531079146fd
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/a213dbfd-adcb-4c76-a089-33d317b8e457
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34152000 - Training simulators

Notice Value(s)

Tender Value
£81,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Aug 20223 years ago
Submission Deadline
12 Sep 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Nov 2022 - 31 Oct 2025 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
TLM Scotland

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-d80beff2-0c14-4c0b-88e0-4531079146fd-2022-08-09T09:33:08+01:00",
    "date": "2022-08-09T09:33:08+01:00",
    "ocid": "ocds-b5fd17-d80beff2-0c14-4c0b-88e0-4531079146fd",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_303553/1070117",
        "title": "703082452 - Provision of P8-A Aircrew Currency Simulator Training",
        "description": "The Authority has identified the need for aircrew currency simulator training, through the provision of 737-800/NG simulator slots and instructors to maintain RAF P-8A pilot currency training and to conduct aspects of engineer initial and currency training regarding engine ground-runs and dealing with emergency procedures. The requirement will depend on the availability of the Operational Flight Trainers (OFTs) at RAF Lossiemouth and this contract will only be utilised if the OFTs at RAF Lossiemouth are unavailable, but training is still required by the Authority. The Authority will utilise a Task Authorisation Form (TAF) to call off any of the requirements captured and detailed in the Statement of Work Training Requirements. The general scope of the requirement is summarised below: (a) deliver 737-800 NG training to RAF pilot and engineering personnel. (b) deliver a 737-800 NG Type Rating course to one RAF Test Pilot (c) deliver the Licence Proficiency Check (LPC) in accordance with SRG 11581. (d) deliver Operator Proficiency Checks (OPC) scenario-based training to meet RAF requirements (e) provide qualified Type Rating Instructors (TRIs) /Type Rating Examiners (TREs) (as appropriate) to conduct exercises on the 737-800 NG simulator. (f) provide engineer initial and currency training for engine ground running, to include groundschool and simulator exercises. (g) provide the Authority with written performance reports on all individuals that undertake training (h) allow annual RAF evaluation of the training devices in accordance with MAA Regulatory Article 2375. The training provider shall be an Approved Training Organisation (ATO). Training shall be conducted in the UK at a location no more than 45 minutes' drive from an airport which provides a same-day direct air link to Inverness airport. The contract will be for 2 years with an additional 12 month option. The contract will be awarded through the competitive process under PCR 2015 restricted route. Contract Award Criteria is Lowest Compliant Tender. Therefore, Compliance with all commercial, technical and professional standards within the draft statement of requirement documentation is essential. Statement of requirement is attached to this notice. Here is the link to the DPQQ: https://contracts.mod.uk/go/11121622018281AFF7AC Here is the link to the Opportunity Listing: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=53972",
        "datePublished": "2022-08-05T14:24:02+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34152000",
            "description": "Training simulators"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "Scotland",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Scotland",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Scotland",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 81000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2022-09-12T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-11-01T00:00:00Z",
            "endDate": "2025-10-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/a213dbfd-adcb-4c76-a089-33d317b8e457",
                "datePublished": "2022-08-05T14:24:02+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2022-08-09T09:33:58+01:00"
            },
            {
                "id": "2",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/9c54bbad-b060-497e-802e-d12e784d7b46",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-215768",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MOD, Abbeywood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Cheryl Brown",
                "email": "Cheryl.brown967@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-215768",
        "name": "Ministry of Defence"
    }
}