Planning

Request for Information (RFI): Provision of an Integrated Aerodrome Operations Management System for the Royal Air Force

MINISTRY OF DEFENCE

This public procurement record has 3 releases in its history.

Planning

25 Apr 2022 at 12:53

Planning

25 Apr 2022 at 12:52

Planning

01 Apr 2022 at 09:13

Summary of the contracting process

The Ministry of Defence is currently in the planning stage for a Request for Information (RFI) aimed at finding a suitable Integrated Aerodrome Operations Management System for the Royal Air Force. The procurement process is set within the air traffic control software package industry and is based in RAF High Wycombe, England. The engagement end date for potential respondents is 6th May 2022, and the selected solution is expected to be implemented within 12 months using existing Ministry of Defence IT infrastructure. An initial capability of the solution is required within two months of contract signature.

This tender presents a valuable opportunity for businesses specialising in COTS (Commercial Off-The-Shelf) and MOTS (Military Off-The-Shelf) solutions, particularly those capable of delivering scalable and interoperable software for aerodrome management. Companies with expertise in air traffic control software, data management, integration with existing service applications, and training provision are especially well-suited to compete. Businesses that can respond to the specific requirements outlined in the RFI, such as scalability and the ability to support operational frameworks across multiple locations, may find significant growth prospects within this initiative.

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

Request for Information (RFI): Provision of an Integrated Aerodrome Operations Management System for the Royal Air Force

Notice Description

The RAF is seeking an Integrated Aerodrome Operations Management System to deliver a pan-Service view of all aerodrome operations for implementation within the next 12 months on existing MOD IT infrastructure. The solution will deliver a standardised, digitally enabled airfield management capability to provide a comprehensive, consolidated, demand-driven view of aerodrome management and operations. The solution will enable planning, recording and management of all aerodrome operations, including the flying programme, assets, and personnel. The solution should be scalable to allow expanded use in the future across the Service (e.g., crew management, Motor Transport Services, Asset Tracking products). The solution should support industry standard integration (e.g., APIs) to enable interoperability with other core Service applications (e.g., JPA, MyHR), and existing aerodrome/profession specific solutions (e.g., STARS, JAMES, ATMPD, O365 products and in-house developed MS PowerApps) until such time as they are retired or replaced by the new solution. The solution will enable standardisation of aerodrome operations across the Service and will be utilised by Service personnel at the aerodrome, national and central level to provide both local and aggregated views across the estate. By supplying stakeholders with consistent information, the system will support decision making at all levels. The solution is a critical service and must be operational 24/7/365. The solution must be capable of supporting management of data up to OFFICIAL SENSITIVE. An initial solution capability is required within 2 months of contract signature. The Authority is issuing this Request for Information (RFI) to understand the availability of existing Commercial Off-The-Shelf (COTS) and/or Military Off-The-Shelf (MOTS) options to meet the requirements. Due to the complexity of this anticipated requirement, further details have been provided regarding the RAF's proposed Integrated Aerodrome Operations Management System in the form of a draft Statement of Requirement (SOR). Additional information: To assist the Authority, respondents to this RFI are requested to provide responses, information, and feedback to the below questions: 1. What COTS options are currently available and in use? 2. Please provide reference information (websites/materials) for the stated COTS and examples of previous similar implementation. 3. What MOTS options are currently available and in use? 4. Please provide reference information (websites/materials) for the stated MOTS and examples of previous similar implementation. 5. Please outline what system architecture and technology stacks are utilised by your solution, including where data is/can be hosted. 6. What support/maintenance packages are available? (e.g, software updates, security patches, etc.) 7. What training can be offered to enable operational use and further enhancements of the solution? 8. What are the estimated lead times for implementation, configuration and operational capability? 9. How would you plan to deploy the integrated solution across multiple locations? Do you anticipate a multi-phase approach based on location? On capability? Both? 10. Rough Order of Magnitude (ROM) costs for the project. 11. What do you anticipate being the biggest risks to successful delivery of the solution? This RFI is being conducted via the Defence Sourcing Portal (DSP). DSP is the e-sourcing platform and one-stop-shop for contract opportunities, tendering and information on doing business with the Ministry of Defence. Use of DSP is free of charge. Organisations interested in participating in this Request for Information (RFI) are invited to register on DSP to access RFI documentation and full details of participation. Please note: The purpose of this RFI is to enable the Authority to understand market capability in delivering this requirement. This RFI is not a commitment to subsequently launch a formal procurement procedure thereafter. By submitting a response to this RFI you are giving us permission to keep and use the information for our internal purposes, and to provide the information onwards, in-confidence, within UK Government. We will not use or disclose the information for any other purpose, without first requesting permission to do so. However, information resulting from any RFI marked 'Commercially Sensitive' by the respondent, will not be shared outside of the Authority. By receiving this information, MOD is not obligated to enter contract and future procurement actions will be at MOD discretion. The Authority will not be liable to reimburse any costs incurred by any parties who respond to this notice. The Authority does not intend to provide any formal debriefs following receipt of responses. Furthermore, a response or non-response to this notice will not preclude involvement in future procurement activities for this requirement.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-45da095d-d076-46b0-9e05-5974abdf381b
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/b934d3c2-3e8f-44da-8976-7cef077c22cb
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48121000 - Air traffic control software package

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Apr 20223 years ago
Submission Deadline
Not specified
Future Notice Date
6 May 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
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
RAF HIGH WYCOMBE
Postcode
HP14 4UE
Post Town
Hemel Hempstead
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ13 Buckinghamshire
Delivery Location
Not specified

Local Authority
Buckinghamshire
Electoral Ward
Ridgeway West
Westminster Constituency
Mid Buckinghamshire

Further Information

Notice Documents

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-b5fd17-45da095d-d076-46b0-9e05-5974abdf381b-2022-04-25T13:53:59+01:00",
    "date": "2022-04-25T13:53:59+01:00",
    "ocid": "ocds-b5fd17-45da095d-d076-46b0-9e05-5974abdf381b",
    "language": "en",
    "initiationType": "tender",
    "title": "Request for Information (RFI): Provision of an Integrated Aerodrome Operations Management System for the Royal Air Force",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2022-05-06T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/ef194b90-5a27-4667-bf1d-49c5041b521c",
                "datePublished": "2022-04-01T10:13:10+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/de231cc6-d04c-4f47-8497-05536e0ceaaf",
                "datePublished": "2022-04-01T10:13:10+01:00",
                "dateModified": "2022-04-25T13:52:02+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "3",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/b934d3c2-3e8f-44da-8976-7cef077c22cb",
                "datePublished": "2022-04-01T10:13:10+01:00",
                "dateModified": "2022-04-25T13:53:59+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_301635/1051973",
        "title": "Request for Information (RFI): Provision of an Integrated Aerodrome Operations Management System for the Royal Air Force",
        "description": "The RAF is seeking an Integrated Aerodrome Operations Management System to deliver a pan-Service view of all aerodrome operations for implementation within the next 12 months on existing MOD IT infrastructure. The solution will deliver a standardised, digitally enabled airfield management capability to provide a comprehensive, consolidated, demand-driven view of aerodrome management and operations. The solution will enable planning, recording and management of all aerodrome operations, including the flying programme, assets, and personnel. The solution should be scalable to allow expanded use in the future across the Service (e.g., crew management, Motor Transport Services, Asset Tracking products). The solution should support industry standard integration (e.g., APIs) to enable interoperability with other core Service applications (e.g., JPA, MyHR), and existing aerodrome/profession specific solutions (e.g., STARS, JAMES, ATMPD, O365 products and in-house developed MS PowerApps) until such time as they are retired or replaced by the new solution. The solution will enable standardisation of aerodrome operations across the Service and will be utilised by Service personnel at the aerodrome, national and central level to provide both local and aggregated views across the estate. By supplying stakeholders with consistent information, the system will support decision making at all levels. The solution is a critical service and must be operational 24/7/365. The solution must be capable of supporting management of data up to OFFICIAL SENSITIVE. An initial solution capability is required within 2 months of contract signature. The Authority is issuing this Request for Information (RFI) to understand the availability of existing Commercial Off-The-Shelf (COTS) and/or Military Off-The-Shelf (MOTS) options to meet the requirements. Due to the complexity of this anticipated requirement, further details have been provided regarding the RAF's proposed Integrated Aerodrome Operations Management System in the form of a draft Statement of Requirement (SOR). Additional information: To assist the Authority, respondents to this RFI are requested to provide responses, information, and feedback to the below questions: 1. What COTS options are currently available and in use? 2. Please provide reference information (websites/materials) for the stated COTS and examples of previous similar implementation. 3. What MOTS options are currently available and in use? 4. Please provide reference information (websites/materials) for the stated MOTS and examples of previous similar implementation. 5. Please outline what system architecture and technology stacks are utilised by your solution, including where data is/can be hosted. 6. What support/maintenance packages are available? (e.g, software updates, security patches, etc.) 7. What training can be offered to enable operational use and further enhancements of the solution? 8. What are the estimated lead times for implementation, configuration and operational capability? 9. How would you plan to deploy the integrated solution across multiple locations? Do you anticipate a multi-phase approach based on location? On capability? Both? 10. Rough Order of Magnitude (ROM) costs for the project. 11. What do you anticipate being the biggest risks to successful delivery of the solution? This RFI is being conducted via the Defence Sourcing Portal (DSP). DSP is the e-sourcing platform and one-stop-shop for contract opportunities, tendering and information on doing business with the Ministry of Defence. Use of DSP is free of charge. Organisations interested in participating in this Request for Information (RFI) are invited to register on DSP to access RFI documentation and full details of participation. Please note: The purpose of this RFI is to enable the Authority to understand market capability in delivering this requirement. This RFI is not a commitment to subsequently launch a formal procurement procedure thereafter. By submitting a response to this RFI you are giving us permission to keep and use the information for our internal purposes, and to provide the information onwards, in-confidence, within UK Government. We will not use or disclose the information for any other purpose, without first requesting permission to do so. However, information resulting from any RFI marked 'Commercially Sensitive' by the respondent, will not be shared outside of the Authority. By receiving this information, MOD is not obligated to enter contract and future procurement actions will be at MOD discretion. The Authority will not be liable to reimburse any costs incurred by any parties who respond to this notice. The Authority does not intend to provide any formal debriefs following receipt of responses. Furthermore, a response or non-response to this notice will not preclude involvement in future procurement activities for this requirement.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "48121000",
            "description": "Air traffic control software package"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": true
        }
    },
    "parties": [
        {
            "id": "GB-CFS-185624",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Nimrod Building, 3 Site",
                "locality": "RAF High Wycombe",
                "postalCode": "HP14 4UE",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "jennifer.scally101@mod.gov.uk"
            },
            "details": {
                "url": "https://www.raf.mod.uk/"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-185624",
        "name": "Ministry of Defence"
    }
}