Notice Information
Notice Title
H135 Avionic Desktop Trainer
Notice Description
The Authority is issuing this RFI to understand the availability, capability and competitiveness of an Avionic Desktop Trainer that can provide classroom flight simulation training for the Helionix(r) Avionics Suite for a H135 T3H aircraft, along with train-the-trainer opportunities and through life support throughout its in-service time. The Key User Requirements can be found in the additional information. Information request - Based on the Key User Requirements, there are key questions the Authority would like information and feedback on: 1. What COTS (commercial off the shelf) and/or MOTS (Military off the shelf) options are currently available on the market and in-use in industry? What are the associated ROM costs? (Costs should include manufacture, delivery, import/export costs). 2. What reference websites or materials are available for the stated COTS/MOTs options? 3. Please can you provide a copy of the desktop trainer technical specification, specifically setting out how the desktop trainer can simulate the H135 aircraft systems. 4. What through life and maintenance packages can you provide to support the ADTs systems? For example, software updates, software error fixing, hardware repairs, preventative maintenance. If so, what are the additional ROM costs? 5. Is there an option to operate the ADT system and furthermore, for the system to be maintained and supported with limited or no network connectivity? For example, software updates and repair support. 6. What do you anticipate the key risks to be? 7. What train-the-trainer opportunities do you offer? 8. How is the ADT kept up to date with the latest version of Helionix(r) Avionics Suite upgrades and navigation databases? 9. Can the ADT system incorporate the use of a Garmin GTN750XI with a GTX335R Transponder750? 10. Does the system require any official licence endorsement to simulate Helionix(r) Avionics Suite? If yes, do you have access to the appropriate licences? 11. What do you anticipate the lead times for delivery and implementation are from point of order to fully operational on-site? Please submit responses to the RFI by 1200hrs on 25/03/2022 to the Authority's Commercial Officer via email submission to cara.hodgkinson101@mod.gov.uk. Any matter relating to this RFI on which companies require clarification, should be raised in the form of a Clarification Question (CQ), submitted to the Commercial Officer identified above no later than 18/03/2022. Additional information: Please note that this is a Request for Information (RFI) only. This request is not a commitment by the Authority to launch a formal procurement process and the requirement, described below, is subject to change. The Authority will assess responses to the RFI and may invite participants to engage further with the Authority to explore responses provided by them. Participation in any further market engagement rounds is not a prerequisite for participation in, and will have no bearing on, any future procurement process. The Key User Requirement must: - Be a readily available product that has been tested on the market and within industry. - Operate Helionix(r) Avionics Step 3 (3.1.1), with the ability to upgrade the Avionics Suite in the future when required. - Replicate normal aircraft and emergencies procedures including audio and visual indication. - Allow the user to carry out procedural instrument flying serials. - Allow the user to carry out a familiarisation with the start and stop procedure. - Allow the user to carry out cockpit instrument familiarisation on H135 aircraft. - Allow the user to carry out GPS navigation training. - Replicate the functionality and displays of the live H135 aircraft and cockpit configuration. - Provide training package to ensure user familiarity prior to commencement of individual training. - Ensure that the ADT can be maintained throughout its operational life, including software upgrades to reflect aircraft software changes. The Authority is seeking responses from companies that can provide information on their capacity and capability in respect of the above information required. If you are unable to answer a question, please respond with 'N/A' to signify that it has been reviewed. Information may be shared in relation to how the Requirement was prepared and developed internally within the MOD. However, information resulting from any RFI marked 'Commercially Sensitive' by the respondent, will not be shared outside of the Authority. By receiving this information, the MOD is not obligated to enter into 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-9a8ffaed-bf1c-490c-afcf-48e513d57a79
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/8ee8f690-0ed1-456f-a8f1-fa776cb2373d
- 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
34 - Transport equipment and auxiliary products to transportation
80 - Education and training services
-
- CPV Codes
34711500 - Helicopters
34740000 - Aircraft or spacecraft equipment, trainers, simulators and associated parts
34741400 - Flight simulators
34741500 - Ground flying trainer
80650000 - Training and simulation in aircrafts, missiles and spacecrafts
80660000 - Training and simulation in military electronic systems
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Mar 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 25 Mar 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
Buyer & Supplier
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
- Not specified
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/8ee8f690-0ed1-456f-a8f1-fa776cb2373d
9th March 2022 - Early engagement notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-9a8ffaed-bf1c-490c-afcf-48e513d57a79-2022-03-09T16:35:47Z",
"date": "2022-03-09T16:35:47Z",
"ocid": "ocds-b5fd17-9a8ffaed-bf1c-490c-afcf-48e513d57a79",
"language": "en",
"initiationType": "tender",
"title": "H135 Avionic Desktop Trainer",
"planning": {
"milestones": [
{
"id": "1",
"title": "Engagement end date",
"type": "engagement",
"dueDate": "2022-03-25T23:59:59Z"
}
],
"documents": [
{
"id": "1",
"documentType": "marketEngagementNotice",
"description": "Early engagement notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/8ee8f690-0ed1-456f-a8f1-fa776cb2373d",
"datePublished": "2022-03-09T16:35:47Z",
"format": "text/html",
"language": "en"
}
]
},
"tender": {
"id": "tender_301204/1050708",
"title": "H135 Avionic Desktop Trainer",
"description": "The Authority is issuing this RFI to understand the availability, capability and competitiveness of an Avionic Desktop Trainer that can provide classroom flight simulation training for the Helionix(r) Avionics Suite for a H135 T3H aircraft, along with train-the-trainer opportunities and through life support throughout its in-service time. The Key User Requirements can be found in the additional information. Information request - Based on the Key User Requirements, there are key questions the Authority would like information and feedback on: 1. What COTS (commercial off the shelf) and/or MOTS (Military off the shelf) options are currently available on the market and in-use in industry? What are the associated ROM costs? (Costs should include manufacture, delivery, import/export costs). 2. What reference websites or materials are available for the stated COTS/MOTs options? 3. Please can you provide a copy of the desktop trainer technical specification, specifically setting out how the desktop trainer can simulate the H135 aircraft systems. 4. What through life and maintenance packages can you provide to support the ADTs systems? For example, software updates, software error fixing, hardware repairs, preventative maintenance. If so, what are the additional ROM costs? 5. Is there an option to operate the ADT system and furthermore, for the system to be maintained and supported with limited or no network connectivity? For example, software updates and repair support. 6. What do you anticipate the key risks to be? 7. What train-the-trainer opportunities do you offer? 8. How is the ADT kept up to date with the latest version of Helionix(r) Avionics Suite upgrades and navigation databases? 9. Can the ADT system incorporate the use of a Garmin GTN750XI with a GTX335R Transponder750? 10. Does the system require any official licence endorsement to simulate Helionix(r) Avionics Suite? If yes, do you have access to the appropriate licences? 11. What do you anticipate the lead times for delivery and implementation are from point of order to fully operational on-site? Please submit responses to the RFI by 1200hrs on 25/03/2022 to the Authority's Commercial Officer via email submission to cara.hodgkinson101@mod.gov.uk. Any matter relating to this RFI on which companies require clarification, should be raised in the form of a Clarification Question (CQ), submitted to the Commercial Officer identified above no later than 18/03/2022. Additional information: Please note that this is a Request for Information (RFI) only. This request is not a commitment by the Authority to launch a formal procurement process and the requirement, described below, is subject to change. The Authority will assess responses to the RFI and may invite participants to engage further with the Authority to explore responses provided by them. Participation in any further market engagement rounds is not a prerequisite for participation in, and will have no bearing on, any future procurement process. The Key User Requirement must: - Be a readily available product that has been tested on the market and within industry. - Operate Helionix(r) Avionics Step 3 (3.1.1), with the ability to upgrade the Avionics Suite in the future when required. - Replicate normal aircraft and emergencies procedures including audio and visual indication. - Allow the user to carry out procedural instrument flying serials. - Allow the user to carry out a familiarisation with the start and stop procedure. - Allow the user to carry out cockpit instrument familiarisation on H135 aircraft. - Allow the user to carry out GPS navigation training. - Replicate the functionality and displays of the live H135 aircraft and cockpit configuration. - Provide training package to ensure user familiarity prior to commencement of individual training. - Ensure that the ADT can be maintained throughout its operational life, including software upgrades to reflect aircraft software changes. The Authority is seeking responses from companies that can provide information on their capacity and capability in respect of the above information required. If you are unable to answer a question, please respond with 'N/A' to signify that it has been reviewed. Information may be shared in relation to how the Requirement was prepared and developed internally within the MOD. However, information resulting from any RFI marked 'Commercially Sensitive' by the respondent, will not be shared outside of the Authority. By receiving this information, the MOD is not obligated to enter into 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": "34711500",
"description": "Helicopters"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34740000",
"description": "Aircraft or spacecraft equipment, trainers, simulators and associated parts"
},
{
"scheme": "CPV",
"id": "34741400",
"description": "Flight simulators"
},
{
"scheme": "CPV",
"id": "34741500",
"description": "Ground flying trainer"
},
{
"scheme": "CPV",
"id": "80650000",
"description": "Training and simulation in aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "80660000",
"description": "Training and simulation in military electronic systems"
}
],
"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"
}
]
}
],
"suitability": {
"sme": true,
"vcse": true
}
},
"parties": [
{
"id": "GB-CFS-200547",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "MOD Abbey Wood (South)",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "England"
},
"contactPoint": {
"email": "cara.hodgkinson101@mod.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-200547",
"name": "Ministry of Defence"
}
}