Award Contract for The Provision of - REMBRANDT version 7 - 3D Simulator and Replay Software and Support

Award

Value

£12,000

Suppliers

Classifications

  • IT services: consulting, software development, Internet and support

Tags

  • award

Submission Deadline

1 year ago

Published

11 months ago

Description

REMBRADT is built and managed by BMT.
We purchased version 6 of this software 6 years ago on a perpetual licence and currently pay yearly for a support contract.
We have also worked very closely with BMT over the years to develop a Voyage Data Recorder (VDR) replay element within this simulator, that we can feed data that we have already formatted to replay in our MADAS software solution.
BMT have now developed Version 7 of the software and adopted and annual licence model and a separate service support cost.
There are several other Simulators on the market but none with the ability to play back Voyage Data Recorder. Therefore, I am seeking approval to set up a call off contract for three plus one years (Or longer if possible) as a Direct Award with a drawdown of £3k per year to cover the cost of the licencing and the service support contract. Total £9K (3 years) £12K (4 years). I would also like for it to be considered that we add £10K on top of the call of contract in case we require any bespoke modifications, or specific hydrodynamic ships models to be created for specific cases.
The National Transport Safety Board in the USA,  Japan Transport Safety Board, the Dutch Safety Board and the Taiwanese Transport Safety Board all run REMBRANDT with this VDR Replay capability. I feel there is also a strong justification to keep aligned with other well established accident authorities for collaboration, learning and development opportunities and sharing of best practice.

Similar Contracts

Open

Home Office English Language Testing (HOELT) Services

The Home Office English Language Test (HOELT) Programme vision is to deliver a best-in-class language testing service, underpinned by automation and efficiency to enable critical UK Visa and Immigration decision making. To do this, we need to deliver a secure, accessible and fair English Language Testing service for our customers.   This procurement seeks a fully remote language testing service, balancing continuity with improvements and transformation. HOELT will move to a digital-by-default approach, while upholding the rigorous standards necessary to support our immigration decisions. The successful provider will deliver a service that combines technological innovation with security assurance, enabling customers to demonstrate their English language skills with confidence and convenience throughout their UK immigration journey.  Overview of the Service: The Supplier shall provide a fully managed Remote Testing service.  HOELTs shall be delivered securely in any location where the Customer chooses to take the test, provided secure test conditions are met.  The HOELTs shall be available in two formats:   2-Facet: Speaking and Listening (A1 and A2)   4-Facet: Speaking, Listening, Reading, and Writing (A1 to C2)  The HOELT Fees shall be regulated, as determined by the Authority. All HOELT scores shall map clearly to CEFR levels A1 to C2, as published by the Council of Europe.  Authority recognises that there is significant uncertainty regarding future demand for English Language Testing (ELT) services in each country and location, the advertised contract value must be concidered in this context. This uncertainty arises from a combination of factors, including:  Ongoing changes to UK immigration policy following the Immigration White Paper;  The transition to a new contracting model for the delivery of ELT services;  Broader external influences such as global events, geopolitical developments, environmental disruptions, and demographic shifts.  Given this context, the Authority is unable to provide indicative forecasts or guarantees regarding future test volumes. The Service must therefore be demonstrably scalable and responsive to fluctuations in demand, both increases and decreases. The Supplier shall proactively manage changes in demand and demonstrate flexibility in adapting to evolving Service requirements throughout the Term. Please note, five Requests for Information (RFIs) have been run as part of market engagement to inform this procurement. Links to the notices published in relation to the market engagement are below for further information: RFI 1: https://www.find-tender.service.gov.uk/Notice/027422-2024 RF 2: https://www.find-tender.service.gov.uk/Notice/035979-2024 RFI 3: https://www.find-tender.service.gov.uk/Notice/014337-2025 RFI 4: https://www.find-tender.service.gov.uk/Notice/036839-2025 RFI 5: https://www.find-tender.service.gov.uk/Notice/054810-2025

Katy Reed

Published 4 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete