701945451 - Medium to fast speed Operational Readiness Training (ORT) aerial support service

A Tender Notice
by MINISTRY OF DEFENCE

Source
Find a Tender
Type
Contract (Services)
Duration
35.5 month
Value
£0-£100M
Sector
DEFENCE
Published
26 Nov 2021
Delivery
To 27 Nov 2024 (est.)
Deadline
13 Dec 2021 23:55

Concepts

Location

United Kingdom

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

The Authority is seeking to procure a medium to fast speed Operational Readiness Training (ORT) aerial support service, to enable interim Red Air aggressor training for the RAF. This service will need to include Air-to-Air, Target, Threat Simulation and Mission Augmentation training. This is an urgent requirement, and an interim contract is being sought to meet this. Further details on the requirement are available in the '701945451-Full description of the procurement' document attached to the Defence Sourcing Portal opportunity - this is available at www.contracts.mod.uk/ Quantity or scope: The service will be required to meet the following mandatory technical requirements: • Delivery of an estimated 2000 flying hours (per annum, including transit time) with a maximum of 4 simultaneous sortie rate and up to 12 sorties daily in a 15-hour flying window. The flying window will need to be a flexible window, to meet customer demand. • Aircraft must deliver sustainable Air Vehicle Availability (AVA) across an indicative performance window, with aircraft and avionics available consistently throughout the day. • An Air Safety Management System, or equivalent, is required for the aircraft. • CAA or MAA accreditation for the proposed aircraft and activities, with aircraft ready to commence operations in early Summer 2022. There is no ability for MOD to actively assist with the accreditation process; the expectation is that the registration is already complete or in progress. • Available to commence contract activities from a UK base within a 30-minute transit time to D323 North Sea training complex. Suppliers will be required to source their own basing and infrastructure solution. • Operations able to commence Summer 2022. • The aircraft proposed must be equipped with air-to-air radar, radar warning equipment. The radar will require: o A Pulse-Doppler (PD) system in the frequency band around 9.9 GHz, and capable of Low, Medium and High Pulse Repetition Frequency (PRF), that is detectable as a radar and excites Combat Air platform mission data systems. o Radar Warning Receiver (RWR)/Radar Warning Equipment (RWE) capable of receiving within the 2-18 GHz frequency band. o TSPI Data Device capable of providing TSPI data, downloadable within 60 minutes of landing, to enable post-mission debriefing. • Aircraft must be able to meet the performance envelope detailed in the '701945451-Full description of the procurement' document on the Defence Sourcing Portal, available here - www.contracts.mod.uk/ The scope of this requirement includes three, one year options to extend.

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 intends to use e-Tendering system Defence Sourcing Portal (DSP), in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement. Capability to meet the requirements will be assessed through the Pre-Qualification Questionnaire (PQQ) which is available at the above link. All questions within the PQQ will be scored on a pass/fail basis and respondents will be required to provide evidence as part of their answers to the PQQ questions. The decision to accept or reject evidence will be solely the responsibility of the authority, based on the Authority’s reasonable opinion of the information supplied. The Authority reserves the right to fail any aspect where, in its reasonable opinion, the evidence/information supplied is unsuitable. The Authority reserves the right to reject any submissions that do not demonstrate sufficient capability and/or capacity to deliver the advertised requirement. Failure of any pass/fail element will result in the prospective supplier not being brought forward to the ITN stage. Details of the evaluation criteria and methodology used for contract award will be set out in the initial tender. To express interest in this procurement please complete the Pre-Qualification Questionnaire (PQQ) via the Defence Sourcing Portal (DSP) www.contracts.mod.uk The Authority is willing to consider supporting any contractor by signing end user agreements or any other relevant paperwork that may assist that contractor with laying the groundwork or otherwise preparing for this contract.

Reference

Domains