Announcement

Collapse
No announcement yet.

Tender details for UH/LUH Competition.

Collapse
This topic is closed.
X
X
 
  • Filter
  • Time
  • Show
Clear All
new posts

  • Tender details for UH/LUH Competition.

    Its old news now,but for the benefit of those who think we should get Chinooks,Havocs or R22s, Here is the Actual tender.


    Competition for the supply of Light Utility and Utility Military Helicopters



    REQUEST FOR TENDERS


    FOR THE PROVISION TO THE DEPARTMENT OF DEFENCE OF:-




    TWO (2) TWIN ENGINE LIGHT UTILITY MILITARY HELICOPTERS

    and


    FOUR (4) TWIN ENGINE UTILITY MILITARY HELICOPTERS
    (with an option for Two (2) additional Utility Military Helicopters)

    Reference: CON/117/2004


    ISSUED BY
    THE DEPARTMENT OF DEFENCE, IRELAND

    26 MAY 2004


    CONTENTS

    page(s)


    NB: The term “must” in this document means that the requirement is essential. The term “should” in this document means that the requirement is desirable.








    COMPETITION FOR THE SUPPLY OF TWIN-ENGINE
    LIGHT UTILITY AND UTILITY MILITARY HELICOPTERS

    REQUEST FOR TENDERS

    INTRODUCTION

    1. The following is a Request for Tenders (RFT) for the supply of Two (2) new twin-engine, IFR certified, light utility military helicopters and Four (4) new twin-engine, IFR certified, utility military helicopters (with an option for two (2) additional utility military helicopters) to the Department of Defence, Ireland. The helicopters should be available for operational service at the earliest possible date.

    An option for the supply of interim helicopter(s) by the successful tenderer(s) will also be considered pending the delivery of the selected helicopter(s). The interim helicopter(s) should be the same type as that offered in the tender competition.

    2. Tenders (one original and three copies) for the supply of the helicopter(s) clearly marked “Request for Tenders for the supply of twin-engine light utility and utility military helicopters” and addressed in a sealed envelope to:

    Contracts Manager,
    Ref. No. Con/117/2004
    Department of Defence,
    Contracts Branch,
    Colaiste Caoimhin,
    Mobhi Road,
    Glasnevin,
    Dublin 9,
    Ireland.

    must be delivered to the above address not later than

    12 Noon (local time) on Friday 23rd July 2004


    3. Tenders received after the above closing time and date will not be considered. Tenderers, hand-delivering tenders, which will only be accepted at the above address, should obtain a receipt detailing the time and date of delivery.


    4. Before a contract will be awarded, a tenderer must provide:-


    a. If an Irish Resident - a valid Tax Clearance Certificate from the Revenue Commissioners.

    b. If a non Irish Resident - a statement from the Irish Revenue Commissioners that he/she has satisfied them as to his/her suitability on tax grounds to be awarded the contract.

    THE COMPETITION

    5. The tender competition for the supply of the new helicopters consists of a single stage, in the form of a written tender submission. Tenderers may tender for both types of helicopter or for either the Light Utility Helicopter or the Utility Helicopter. Tenderers may join together to submit a tender for a total package (see Section 14 on Legal Form/Status). Tenderers should note that no prototypes or second user aircraft will be accepted in this competition. The proposed helicopter(s) must be in full production.

    6. All prices quoted in tender documentation submitted in relation to this tender competition must be expressed in Euro. Tenders containing prices expressed in other currencies will not be considered.

    7. In their tender responses, tenderers must clearly demonstrate their financial, technical and organisational capacity to fulfil all the requirements of this tender competition.

    EVALUATION OF TENDERS AND AWARD CRITERIA

    8. As part of the evaluation procedure, tenderers may be required to attend meetings and / or make presentations. The Evaluation Team may, at its absolute discretion, short-list the tenders received on the basis of the viability of the tender proposals received. All tenderers or only short- listed tenderers may be invited to attend for interview / presentation.


    9. Award Criteria
    The contract will be awarded on the basis of the most economically advantageous tender applying the following award criteria, which are listed in order of priority:

    a. Functional characteristics, operational suitability and technical merit of the helicopter(s)
    b. Maintenance, technical support and after sales service
    c. Tender prices
    d. Life Cycle Costs over 20 years
    e. Training packages offered
    f. Warranties offered
    g. Delivery period

    10. Conditions

    The Minister for Defence reserves the following rights in respect of the tender competition:

    a. Not to award any contract.

    b. To award a contract, even if only one tender is received.

    c. To award a contract for any part of any tender received, provided a separate price is tendered for that part, and that the tenderer has not stipulated that the relevant part cannot be contracted without one or more other parts.

    d. To alter the specification(s) before the award of contract, subject to appropriate adjustment of the applicable terms.

    e. To update or alter any information contained in this document at any time. In the event that any additions or amendments to this document be deemed necessary prior to the closing date for the receipt of tenders, these will be issued to applicants in the form of supplementary documents and will form part of the RFT.

    Tenderers to whom any of the circumstances listed in paragraph 1 of Article 20 of EU Council Directive 93/36/EEC (co-ordinating procedures for the award of public supply contracts) apply will be excluded from this competition (See Annex G).

    11. Tenderers shall not be entitled to any compensation whatsoever in respect of costs incurred in preparing a tender, or in facilitating the evaluation of such tenders, in this tender competition.

    12. Prompt Payment of Accounts Act, 1997

    The provisions of the Prompt Payment of Accounts Act, 1997 shall apply in respect of this tender competition. The successful contractor (and /or agent, where appropriate), will be required to comply with the payment provisions of the Act where the contractor subcontracts or obtains goods or services from a supplier in respect of this tender.

    13. Information:

    Information supplied by tenderers will be treated as contractually binding. However, the Department reserves the right to seek clarification or verification of any such information. Any clarifications / verifications supplied will also be deemed to be contractually binding.

    14. Legal Form/ Status:

    The successful tenderer is not required to adopt any particular form. However, in the event of a consortium or group bid or where some of the services contemplated in respect of the tender are delivered by subcontractors, one member of the consortium or group must assume the responsibility of prime contractor and will be responsible for the delivery of all services, including services to be delivered by other consortium or group members or subcontractors and must assume all contractual and legal responsibilities in this regard.

    Any contract arising from this tender competition will be governed by the laws of Ireland and subject to the exclusive jurisdiction of the Irish Courts. Any conflict of interpretation arising from differences between the wording used in this RFT and in any tender accepted will be resolved by giving priority to this RFT and then to any conditions imposed by the Department in writing when accepting the tender.

    15. Conflict of Interest:

    Any conflicts of interest involving a contractor (or contractors in the event of a consortium bid) must be fully disclosed to the Department. Any registerable interest involving the contractor(s) or any subcontractors and the Minister for Defence, members of the Government, members of the Oireachtas or employees of the Department of Defence or members of the Defence Forces or their relatives must be fully disclosed in the response to the RFT. In the event of such information only coming to their notice after the submission of a bid and prior to the award of the contract, it must be communicated to the Department immediately upon it becoming known to the tenderer. The term “registerable interest” and “relative” shall be interpreted as per Section 2 of the Ethics in Public Office Act, 1995.

    16. Freedom of Information:

    The Department of Defence undertakes to use its best endeavours to hold confidential any information provided by you in this tender subject to the Department’s obligations under law, including the Freedom of Information Act 1997 and the Freedom of Information Amendment Act 2003. Should you wish that any of the information supplied by you in this tender not be disclosed because of its sensitivity, you should, when providing the information, identify same and specify the reasons for its sensitivity. The Department will consult with you about this sensitive information before making a decision on any Freedom of Information request received. However, the Department can give no guarantee on the final outcome of any FOI request in any instance. If you consider that none of the information supplied by you is sensitive, please make a statement to that effect. Such information may be released in response to a Freedom of Information request.



    Catch-22 says they have a right to do anything we can't stop them from doing.

  • #2
    STATEMENT OF REQUIREMENT

    17. The Department of Defence has a requirement for the purchase of:

    Two (2) new twin-engine, light utility military helicopters which will be operated by the Irish Air Corps primarily in the military pilot and aircrew training role. The helicopters may have additional general purpose roles. The helicopters should also be available for delivery at the earliest possible date. Primary taskings for the light utility helicopter include:-

    (1) Pilot Training as follows:.
    a. Initial pilot training.
    b. Instructor training.
    c. Instrument Flight Training.
    d. Pilot NVG qualification and development training.
    e. Helicopter aircrew continuity training.
    f. Winching and inland SAR training.

    and
    Four (4) new twin-engine, utility military helicopters (with an option for two (2) additional utility military helicopters) which will be operated by the Irish Air Corps in a general purpose military operational and training role. The helicopters should be available for delivery at the earliest possible date. Primary taskings for the utility helicopter include:-
    a. Training and operations with Special Forces
    b. Security and aid to the civil power
    c. Reconnaissance team deployment and support
    d. Military exercises and manoeuvres and pre-manoeuvre training
    e. Infantry interoperability training
    f. Casevac
    g. Limited airlift, troop transport (up to eight equipped troops) and logistical support.

    The helicopters will also be required to perform the following tasks:-

    a. Air Ambulance
    b. Aid to the civil community
    c. VIP transport

    The helicopters will also be required to perform a significant amount of Air Corps training roles including:-

    a. Conversion training
    b. Winching and inland SAR training and operations.
    c. Night Vision Equipment (NVE) development and operations.

    Note: It should be noted that the term “Military helicopter” in the context of this RFT should be interpreted to mean either a helicopter specifically designed for military use or a civil helicopter type which can be adapted for the utility military uses specified in the RFT.

    18. The General Characteristics, Essential Primary Characteristics and Essential Secondary Equipment of the light utility and utility military helicopters are outlined in Annexes A and B respectively. In the event of the helicopters offered not being available for early delivery, tenderers should indicate what interim arrangements might be made to provide for the availability of interim helicopters pending delivery of the tendered helicopters. Any interim helicopters must be placed on the Irish military register and must be re-registered at the conclusion of the interim phase. The interim helicopter(s) should be the same type as that/those offered in the tender competition. The cost of the interim helicopter(s) should be detailed in Section 5. A detailed training package for the new helicopters must be provided - see Annex C.

    19. A high level of on-line serviceability and dispatch reliability will be required from the helicopters. It is expected that the helicopters will have an annual utilisation in excess of six hundred hours each. Tenderers are required herein to provide proposals for a variety of levels of product support for the new helicopters. Tenderers should note that the Department of Defence requires an option(s) to select highly comprehensive product support packages typified by “Power by the Hour”. Details of these requirements are contained in Annex D. Annex E sets out the warranty requirements. Annex F deals with Price Information and Life Cycle Costs (LCCs).

    20. Evaluation of tenders may include any or all of the following:-

    a. Carrying out technical evaluations, including flights in representative helicopters at Casement Aerodrome, Baldonnel or at other mutually agreed locations.

    b. Carrying out examination of representative helicopters, and flights in them at suitable locations, to assess their suitability for the roles as outlined.

    c. Witnessing a number of representative maintenance procedures being carried out on the proposed helicopter at the tenderer’s facility, or at a representative operator’s facility without the presence of the tenderer, if so requested.

    d. Carrying out further, in-depth, evaluations of helicopters, including evaluation flights.

    e. Carrying out evaluation of tenderer’s financial and organisational capacity to fulfil all the requirements of this competition.

    f. Consultation with existing operators of tendered helicopters. The tenderer must provide a listing of operators from which the Department of Defence may select an operator(s) with whom direct and independent contact and consultations may be made
    Any questions so far?


    Catch-22 says they have a right to do anything we can't stop them from doing.

    Comment


    • #3
      LUH
      Light Utility Helicopter


      Annex A1 General Characteristics A2 Essential Primary Characteristics A3 Essential Secondary Equipment

      ANNEX A1

      GENERAL CHARACTERISTICS OF THE LIGHT UTILITY HELICOPTER

      The following general characteristics are required. The term “must” means that the requirement is essential. The term “should” means that the requirement is desirable.

      (1) Helicopter

      The Light Utility helicopter must be designed, manufactured and certified in accordance with JAR/FAR 27 or 29 or alternatively in accordance with a Military Standard which is acceptable to the Irish Air Corps Military Airworthiness Authority and the Department of Defence. It should be equipped in accordance with JAR-OPS 3 (subpart K and L) standards. The helicopter must be certified for IFR flight for both single and dual pilot.

      2. Engines

      The engines should be of modular design and should have full authority digital control (FADEC) with training modes.

      3. Fuel System

      The helicopter’s fuel system should have:
      a. Pressure and gravity re-fuelling capability.
      b. Fuel Cells with crashworthy properties. Tenderers should state the crashworthiness standard.
      c. Fuel flow meter, or equivalent provisions.
      d. Fuel Jettison capability.
      e. In flight inter tank fuel transfer.

      Units throughout the fuel system must be consistent i.e. Quantity, fuel flow, etc. must all be in the same units.

      4. Fire Warning and Extinguishing

      Effective fire detection and extinguishing systems must be provided for each engine bay and should be provided in the transmission areas.

      5. Transmission

      The transmission must have the highest possible integrity against wear and tear, and failures. The transmission system must have a run dry capability, for which details must be provided. All relevant areas must be provided with chip detectors.


      6. Rotor System

      The rotor system must be designed to provide the maximum possible resistance to fatigue, degradation, and wear and tear. Defect and flaw tolerance should be in accordance with FAR/JAR requirements.

      7. Hydraulic Power System

      The helicopter must have dual-system redundancy within the hydraulic system. The hydraulic system should have the ability to survive ‘first’ failures. There should be an ability to generate hydraulic power independently on the ground or if not, it must have capability of accepting a standard hydraulic ground rig.

      8. Electrical System

      The helicopter must have redundancy within the electrical system. The electrical system must have the ability to survive ‘first’ failures. Standard ground power unit connectors must be fitted.

      9. Cockpit Layout

      The cockpit should be ergonomic and provide the pilot with a high degree of external visibility. There should be adequate secure stowage for flight documents and chart, including an illuminated, NVE compatible, IFR approach chart holder.

      10. Cockpit Displays

      The cockpit displays should be based on the use of modern flat screen units, with adequate redundancy and flexibility to transfer display page formats from one display unit to any other. All cockpit displays and instrumentation must be NVE compatible. The cockpit must provide instrumentation for single pilot IFR with the capability of dual pilot IFR operations.

      11. Training Role

      The helicopter must provide a pilot training capability inclusive of dual controls and dual instrumentation. Any additional maintenance requirements generated by this role must be clearly highlighted. Any proposed FADEC system should provide for a training mode.


      12. Navigation System

      a. Flight Management System. The helicopters must be fitted with a certified FMS in compliance with the relevant IAA notice in respect of B-RNAV and should allow for future upgrade to P-RNAV. The preferred primary navigation sensor for the FMS is an embedded GPS or integrated with a separate GPS unit.

      b. Transponder. An ATC Transponder capable of civilian mode ‘S’ operation must be provided. Options for a military IFF transponder should be provided.

      c. Digital Moving Map. An integrated approved digital moving map should be provided. The system should include chart data for standard ICAO charts and allow for the inclusion of user-defined charts.
      d. A radio altimeter system with displays on both sides of the instrument panel and aural decision height warning tone must be installed.

      13. Communications

      a. The communications suite must include the following:-

      (1) Navigation Receivers. Dual 108 to 118 MHz NAV/VHF AM receivers.

      (2) VHF AM Aeroband. Dual 118 to 137 MHz aeroband VHF/AM (8.33KHz channel spacing).

      b. Options for UHF AM 225 to 400MHz and for Marine VHF FM 156 to 174 MHz marine VHF/FM (including duplex channels) should be provided.

      c. Inter Communications System. The helicopter must provide an ICS system capable of:
      (1) Full passenger and crew communication.
      (2) Isolation of passengers from crew communication.

      d. Military VHF/FM. 30-75MHz VHF/FM. The standard military radio communications system in service with the Irish Defence Forces is ITT AN/ARC 201D SINCGARS (export version). This system should be installed and integrated into the helicopter to allow pilot, co-pilot or crewman to communicate securely with other elements of the Defence Forces.





      14. Automatic Flight Control System.

      The helicopter must have a certified, fully duplicated 3-axis autopilot system.
      The autopilot and flight director functions should include:

      Non Radio Modes
      a. Barometric Altitude Hold
      b. Indicated Airspeed Hold
      c. Heading Select, Acquire and Hold
      d. Vertical Speed select, Acquire and Hold

      Radio Modes
      e. VOR Navigation and Approach
      f. ILS Approach

      Navigation Modes
      g. FMS coupling for waypoint and flight plan navigation.

      15. Lighting

      The helicopter operating lights should be in accordance with JAR-OPS 3.640 (a) & (b). The internal and external lighting must be NVE compatible.

      16. Emergency Lighting

      The helicopter should be equipped with emergency egress lighting.

      17. Sliding Doors

      The helicopter must be fitted with port and starboard cabin sliding doors capable of being locked in the open position in flight.

      18. Seating

      a. The helicopter must have the capability to carry 5 passengers in addition to two crew. The two cockpit seats must be crashworthy while the passenger seats should be crash resistant. Full details of the specification to which these seats are built must be provided.

      b. Options for a VIP configuration must be provided. Tenderers should supply technical details and costs of any VIP equipment fits. Tenderers should also supply details of any in-cabin provisions for this fit.




      19. CVR / FDR and ELT

      a. The helicopter must be equipped with a CVR and FDR. A combined unit will be acceptable. The CVR should meet the specifications set out in JAR-OPS 3.705. The FDR must use a digital method of recording and storing data and should record the appropriate parameters laid down in EUROCAE Minimum Operational Performance Specification for FDR Systems, Document ED 55 or equivalent.

      b. The helicopter must be fitted with an Emergency Locator Transmitter, capable of transmitting on the distress frequencies prescribed in JAR-OPS 3.820.

      20. Heating / Demisting System

      A cockpit / cabin heating, ventilating and demisting system must be provided.

      21. Windshield Wipers and Washer

      An effective windshield wiping and washing system should be provided.

      22. External Load Lifting Equipment

      The helicopter must be capable of being fitted with an external load lifting system and should be capable of lifting a minimum external load of 1000 kgs. Such an external load lifting system must be part of the tendered helicopter package. Weights of fixed provisions required for this system must be provided in the tender response.

      23. Wire Strike Protection

      The helicopter should be equipped with a wire strike protection system.

      24. Fixed Provisions

      Tenderers must supply details of fixed provisions, including weights and C of G impacts for the following removable equipment:

      a. Ski Installation
      b. Troop Seats
      c. Modular type, Air Ambulance kit.
      d. Emergency Flotation Equipment
      e. Rescue Hoist System
      f. Abseiling / Fast roping Equipment
      g. External Load Lifting Equipment


      25. Livery

      The tenderer must provide for delivery of the helicopters in an agreed livery.

      26. Compliance with Aeronautical Notices

      The helicopters must conform to all of the following applicable Aeronautical Notices as issued by the Irish Aviation Authority (IAA) prior to acceptance.

      a. O3 Issue 6 Flight Data Recorders and Voice Recorders in accordance with the requirement for a commercial transport helicopter registered in the Irish State.
      b. O5 Issue 3 Channel Spacing on Air Ground VHF Communications
      c. O13 Issue 3 Basic Area Navigation (B-RNAV) Equipment Installation.
      d. O15 Issue 4 Emergency Locator Transmitter (ELT)
      e. O17 Issue 4 Improved Interference Immunity of Airborne VHF Receiving Systems
      f. O22 Issue 1 Use of GPS Equipment.

      Tenderers must provide a full statement of applicability, conformance / non-conformance in respect of all current IAA notices.




      Catch-22 says they have a right to do anything we can't stop them from doing.

      Comment


      • #4
        ANNEX A2

        ESSENTIAL PRIMARY CHARACTERISTICS OF THE LIGHT UTILITY HELICOPTER

        The term “must” means that the requirement is essential. The term “should” means that the requirement is desirable.

        1. Helicopter Category

        The Light Utility helicopter must be twin engined. The helicopter must be certified for VFR and IFR flight for both single and dual pilot operations.

        2. Performance

        a. The helicopter must be certified in Category A and must comply with Class 1 performance requirements as set out in JAR-OPS 3 subpart G at sea level ISA conditions. The tenderer must provide details of the MTOW’s at which the tendered helicopter is compliant with this requirement.

        b. A copy of the performance section of the Aircraft Flight Manual (AFM) must be provided with the response to the tender document

        3. Mission Performance:

        The helicopter must have the following capabilities in ISA conditions:-

        a. Endurance. The aircraft must have a minimum endurance of 2.5 Hrs at a minimum of best range speed with a crew of 3 (nominal weight of 90 kg Each). The helicopter Empty Equipped Weight should include proposed utility seating options and fixed parts for the other optional equipment.

        b. Range Performance, Air Ambulance. The helicopter must be capable of operating in the Air Ambulance role. It must be capable of carrying two crew, two medical attendants, one patient (nominal weight 90 kg each) to a destination 100 nm range, non-stop. The helicopter Empty Equipped Weight must include proposed Air Ambulance Equipment and fixed parts for the other optional equipment. Fuel must include:
        1) Trip fuel to include start-up, taxi, take-off, transit, approach and landing plus
        2) 10% of planned trip fuel plus.
        3) Final Reserve at destination, 20 mins@1,500ft(ISA)

        The helicopter must have Category A class 1 performance on departure for this mission.


        c. Range Performance, VIP Transport. The helicopter must be capable of operating in the VIP Transport role. It will be required to carry two crew and 4 VIPs (nominal weight 90kgs each) in the proposed VIP helicopter fit, to a destination 100 nm range, non-stop. The helicopter Empty Equipped Weight should include proposed VIP seating options and fixed parts for the other optional equipment. Fuel must include:

        1) Trip fuel to include start-up, taxi, take-off, transit, approach and landing plus
        2) 10% of planned trip fuel plus
        3) Final Reserve Fuel at destination, 20mins@1,500ft(ISA

        The helicopter must have Category A class 1 performance on departure for this mission.

        For the scenarios Para’s (a) to (c) above, tenderers must supply certified worked examples using actual AFM performance charts.


        4. Certification

        a The light utility helicopter must be type certificated by a national civil airworthiness authority or military equivalent which is acceptable to the Irish Air Corps Military Airworthiness Authority and to the Department of Defence. Where more than one certification agency is involved the prime contractor will be responsible for securing and providing all necessary certification. Responsibility for continued airworthiness support of the delivered helicopters complete with any and all modifications and optional equipment rests with the prime contractor and he must demonstrate that he has in place approved, proven, audited and working systems for this purpose.

        b The most desirable scenario is that the Type Certificate should cover the entiren helicopter and all installed equipment and optional fits. Should there be certain equipment of a non flight-critical nature which is not included in the Type Certificate due to its specialist application then the installation of such equipment must be approved by the prime contractor’s quality assurance and design organisation, or by another qualified design organisation. Tenderers should identify any such proposed equipment. Full details on the certification basis proposed to install such equipment must be detailed in the tender and the arrangements for continued airworthiness set out. Such other organisations must themselves have the approval of the appropriate National Airworthiness Authority (or military equivalent) to carry out such work.

        c. The DOD will not undertake any approval of airborne equipment or modifications and will only accept such equipment or modifications if there is an existing certification/approval as set out above. The DOD reserves the right to carry out its own monitoring/auditing of the manufacturers, the prime contractor (if applicable) and any sub-contractors at any time during the manufacture of the helicopters. It is the responsibility of the manufacturer to ensure that all sub-contractors used for any function relating to the helicopters are properly certified and they must have prior approval of DOD.

        d. The helicopter manufacturer and /or the prime contractor (if applicable) must supply on delivery, certificate(s) of electro-magnetic compatibility, as appropriate, between all installed equipment and systems on the helicopters.

        e. All technical documentation including the Aircraft Flight Manual and Supplementary Maintenance Information relating to the type certified helicopters and all additional or optional equipment installed, both initial and revisions, must be approved and supplied by the helicopter manufacturer or the prime contractor as appropriate. The delivered Flight Manual must cater for all optional equipment supplied under this competition and it will be the responsibility of the prime contractor to manage the administration of all revisions to this manual during the course of the helicopters’ life.





        ANNEX A3


        ESSENTIAL SECONDARY EQUIPMENT OF THE LIGHT UTILITY HELICOPTER

        Options must be provided for the following equipment:

        1. Specialised Air Ambulance Installation

        A specialised air ambulance installation, which is light and modular, with appropriate life support equipment allowing for a single patient or incubator transfer, must be supplied. The helicopter doors must facilitate the loading of this installation. Tenderers must supply technical details and costs of any/all approved medical equipment/air ambulance fits. Tenderers must also supply details of any in-cabin provisions e.g. electrical connections, medical oxygen plumbing which support the air ambulance configuration. The total additional weight of the air ambulance fit including fixed provisions must be specified.

        2. Emergency Floatation Equipment

        The helicopter must be capable of being fitted with an emergency floatation system. Such floatation system must be part of the tendered helicopter package. Weights of fixed provisions required for this system must be provided in the tender response.


        3. Rescue Hoist System

        The helicopter must be capable of being fitted with a rescue hoist system. Such rescue hoist system must be part of the tendered helicopter package. Weights of fixed provisions required for this system must be provided in the tender response. Where options exist for more than one type of hoist these should be provided.

        4. Abseiling / Fast roping Systems

        The helicopter should be capable of being fitted with an abseiling and fast roping system. The system should be capable of simultaneously deploying 1-2 troops from both sides of the helicopter. Such systems must be part of the tendered helicopter package. Weights of fixed provisions required for this system must be provided in the tender response.

        5. Landing Gear

        Tenders should indicate helicopter options for high and low skid or wheels. The helicopter must also be capable of being fitted with skis. Any restriction in respect of the use of other proposed optional equipment must be detailed for each option proposed in respect of this section.

        6. Weather Radar

        The helicopter should be capable of being equipped with weather radar. Tenders should indicate options, stating weight and cost of such equipment.


        Catch-22 says they have a right to do anything we can't stop them from doing.

        Comment


        • #5
          Utility Helicopter

          Annex B1 General Characteristics B2 Essential Primary Characteristics B3 Essential Secondary Equipment

          ANNEX B1

          GENERAL CHARACTERISTICS OF THE UTILITY HELICOPTER

          The following general characteristics are required. The term “must” means that the requirement is essential. The term “should” means that the requirement is desirable.

          1. Helicopter

          The utility helicopter must be designed, manufactured and certified in accordance with JAR/FAR 27 or 29 or alternatively in accordance with a Military Standard which is acceptable to the Irish Air Corps Military Airworthiness Authority and the Department of Defence. It should be equipped in accordance with JAR-OPS 3 (subpart K and L) standards. The helicopter must be certified for IFR flight, preferably for both single and dual pilot.

          2. Engines

          The engines should be of modular design and should have full authority digital control (FADEC) with training modes.

          3. Fuel System

          The helicopter’s fuel system should have:
          a. Pressure and gravity re-fuelling capability.
          b. Fuel Cells with crashworthy properties. Tenderers should state the crashworthiness standard.
          c. Fuel flow meter, or equivalent provisions.
          d. Fuel Jettison capability.
          e. In flight inter tank fuel transfer.

          Units throughout the fuel system must be consistent i.e. Quantity, fuel flow, etc. must all be in the same units.

          4. Fire Warning and Extinguishing

          Effective fire detection and extinguishing systems must be provided for each engine bay and should be provided in the transmission areas.

          5. Transmission

          The transmission must have the highest possible integrity against wear and tear, and failures. The transmission system must have a run dry capability, for which details must be provided. All relevant areas must be provided with chip detectors.


          6. Rotor System

          The rotor system must be designed to provide the maximum possible resistance to fatigue, degradation, and wear and tear. Defect and flaw tolerance should be in accordance with FAR/JAR requirements. The rotor system should have a demonstrated ballistic tolerance.

          7. Hydraulic Power System

          The helicopter must have dual-system redundancy within the hydraulic system. The hydraulic system should have the ability to survive ‘first’ failures. There should be an ability to generate hydraulic power independently on the ground or if not, it must have capability of accepting a standard hydraulic ground rig.

          8. Electrical System

          The helicopter must have redundancy within the electrical system. The electrical system must have the ability to survive ‘first’ failures. Standard ground power unit connectors must be fitted.

          9. Cockpit Layout

          The cockpit should be ergonomic and provide the pilot with a high degree of external visibility. There should be adequate secure stowage for flight documents and chart, including an illuminated, NVE compatible, IFR approach chart holder.

          10. Cockpit Displays

          The cockpit displays should be based on the use of modern flat screen units, with adequate redundancy and flexibility to transfer display page formats from one display unit to any other. All cockpit displays and instrumentation must be NVE compatible. The cockpit must provide instrumentation for dual pilot IFR and should have the capability for single pilot IFR operations.

          11. Training Role

          The helicopter must provide a pilot training capability inclusive of dual controls and dual instrumentation. Any additional maintenance requirements generated by this role must be clearly highlighted. Any FADEC system should provide for a training mode.





          12. Navigation System

          a. Flight Management System. The helicopters must be fitted with a certified FMS in compliance with the relevant IAA notice in respect of B-RNAV and should allow for future upgrade to P-RNAV. The preferred primary navigation sensor for the FMS is an embedded GPS or integrated with a separate GPS unit.

          b. Transponder. An ATC Transponder capable of civilian mode ‘S’ operation must be provided. Options for a military IFF transponder should be provided.

          c. Digital Moving Map. An integrated approved digital moving map should be provided. The system should include chart data for standard ICAO charts and allow for the inclusion of user-defined charts.
          d. A radio altimeter system with displays on both sides of the instrument panel and aural decision height warning tone must be installed.

          13. Communications

          a. The communications suite must include the following:-

          (1) Military VHF/FM. 30-75MHz VHF/FM. The standard military radio communications system in service with the Irish Defence Forces is ITT AN/ARC 201D SINCGARS (export version). The system must allow pilot, co-pilot or crewman to communicate securely with other elements of the Irish Defence Forces.

          (2) Navigation Receivers. Dual 108 to 118 MHz NAV/VHF AM receivers.

          (3) VHF AM Aeroband. Dual 118 to 137 MHz aeroband VHF/AM (8.33KHz channel spacing).

          (4) Marine VHF FM 156 to 174 MHz marine VHF/FM (including duplex channels).

          b. UHF AM. Options for UHF AM 225 to 400MHz should be provided.

          c. Inter Communications System. The helicopter must provide an ICS system capable of:

          (1) Full passenger and crew communication.

          (2) Isolation of passengers from crew communication.


          14. Automatic Flight Control System.

          The helicopter must have a certified, fully duplicated 3-axis autopilot system.
          The autopilot and flight director functions should include:

          Non Radio Modes
          a. Barometric Altitude Hold
          b. Indicated Airspeed Hold
          c. Heading Select, Acquire and Hold
          d. Vertical Speed select, Acquire and Hold

          Radio Modes
          e. VOR Navigation and Approach
          f. ILS Approach

          Navigation Modes
          g. FMS coupling for waypoint and flight plan navigation.

          15. Lighting

          The helicopter operating lights should be in accordance with JAR-OPS 3.640 (a) & (b). The internal and external lighting must be NVE compatible.

          16. Emergency Lighting

          The helicopter should be equipped with emergency egress lighting.

          17. Sliding Doors

          The helicopter must be fitted with port and starboard cabin sliding doors capable of being locked in the open position in flight.

          18. Seating

          a. The helicopter must have the capability to carry eight (8) troops, in addition to two crew. In this context troops will be considered to be in light battle order, with a weight of 115 kgs per person. The two cockpit seats must be crashworthy while the troop seats should be crash resistant. Full details of the specification to which these seats are built must be provided.

          a. Options for a VIP configuration must be provided. Tenderers should supply technical details and costs of any VIP equipment fits. Tenderers should also supply details of any in-cabin provisions for this fit.


          19. CVR / FDR and ELT

          a. The helicopter must be equipped with a CVR and FDR. A combined unit will be acceptable. The CVR should meet the specifications set out in JAR-OPS 3.705. The FDR must use a digital method of recording and storing data and should record the appropriate parameters laid down in EUROCAE Minimum Operational Performance Specification for FDR Systems, Document ED 55 or equivalent.

          b. The helicopter must be fitted with an Emergency Locator Transmitter, capable of transmitting on the distress frequencies prescribed in JAR-OPS 3.820.

          20. Heating / Demisting System

          A cockpit / cabin heating, ventilating and demisting system must be provided.

          21. Windshield Wipers and Washer

          An effective windshield wiping and washing system should be provided.

          22. External Load Lifting Equipment

          The helicopter must be capable of being fitted with an external load lifting system and should be capable of lifting a minimum external load of 1500 kgs. Such an external load lifting system must be part of the tendered helicopter package. Weights of fixed provisions required for this system must be provided in the tender response.

          23. Machine Gun Mounting

          The tenderer should provide a mounting for a General Purpose Machine Gun of 7.62mm calibre on both sides of the fuselage. The mounting should be a removable part. Restrictions imposed on the operation of the sliding doors when the weapon is mounted and deployed, should be stated.


          24. Weather Radar

          The helicopter should be equipped with weather radar.

          25. Wire Strike Protection

          The helicopter should be equipped with a wire strike protection system.

          26. Fixed Provisions

          Tenderers must supply details of fixed provisions, including weights and C of G impacts for the following removable equipment:

          a. Ski Installation
          b. Troop Seats
          c. Modular type, Air Ambulance kit.
          d. Emergency Flotation Equipment
          e. Rescue Hoist System
          f. Abseiling / Fast roping Equipment
          g. External Load Lifting Equipment
          h. Weapon Mountings

          27. Livery

          The tenderer must provide for delivery of the helicopters in an agreed livery.



          28. Compliance with Aeronautical Notices

          The helicopters must conform to all of the following applicable Aeronautical Notices as issued by the Irish Aviation Authority (IAA) prior to acceptance.

          a. O3 Issue 6 Flight Data Recorders and Voice Recorders in accordance with the requirement for a commercial transport helicopter registered in the Irish State.
          b. O5 Issue 3 Channel Spacing on Air Ground VHF Communications
          c. O13 Issue 3 Basic Area Navigation (B-RNAV) Equipment Installation.
          d. O15 Issue 4 Emergency Locator Transmitter (ELT)
          e. O17 Issue 4 Improved Interference Immunity of Airborne VHF Receiving Systems
          f. O22 Issue 1 Use of GPS Equipment.


          Tenderers must provide a full statement of applicability, conformance / non-conformance in respect of all current IAA notices.


          Catch-22 says they have a right to do anything we can't stop them from doing.

          Comment


          • #6
            ANNEX B2

            ESSENTIAL PRIMARY CHARACTERISTICS OF THE UTILITY HELICOPTER

            The term “must” means that the requirement is essential. The term “should” means that the requirement is desirable.


            1. Helicopter Category

            The utility helicopter must be twin engined. The helicopter must be certified for VFR and IFR flight, preferably for both single and dual pilot operations.

            2. Performance

            a. The helicopter must be certified in Category A and must comply with Class 1 performance requirements as set out in JAR-OPS 3 subpart G at sea level ISA conditions. The tenderer must provide details of the MTOW’s at which the tendered helicopter is compliant with this requirement.

            b. A copy of the performance section of the Aircraft Flight Manual (AFM) must be provided with the response to the tender document.

            3. Mission Performance:

            The helicopter must have the following capabilities in ISA conditions:-

            a. Range Performance, Military Utility. The helicopter must be capable of operating with a minimum payload of eight equipped troops (nominal weight 115kg each) and two crew (nominal weight 90kg each) to a destination 120 nm range, non-stop. Fuel must include:
            1) Trip fuel to include start-up, taxi, take-off, transit, approach and landing plus
            2) 10% of planned trip fuel plus
            3) 20 minutes reserve.

            Calculations will include the Helicopter weight inclusive of all fixed parts for optional equipment, but with no optional equipment fitted.

            b. Range Performance, Air Ambulance. The helicopter must be capable of operating in the Air Ambulance role. It must be capable of carrying three crew, two medical attendants, one patient (nominal weight 90 kg each) to a destination 150 nm range, non-stop. The helicopter Empty Equipped Weight must include proposed Air Ambulance Equipment and fixed parts for the other optional equipment. Fuel must include:
            1) Trip fuel to include start-up, taxi, take-off, transit, approach and landing plus
            2) 10% of planned trip fuel plus.
            3) Holding fuel at destination, 30 mins@1,500ft(ISA) plus
            4) Diversion fuel: sufficient to fly from MDA/DH to an alternate aerodrome 75nm distant.

            The helicopter must have Category A class 1 performance on departure for this mission.

            c. Range Performance, Neonatal Transfer. The helicopter must be capable of operating in the Neonatal Transfer role. It must be capable of carrying three crew, two medical attendants, (nominal weight 90kgs each) and Neonatal Transfer equipment (nominal weight 240Kgs of current equipment in use; see Annex B3 – Specialised Air Ambulance Installation – page 33) to a destination 150 nm range, non-stop. Fuel must include:

            1) Trip fuel to include start-up, taxi, take-off, transit, approach and landing plus
            2) 10% of planned trip fuel plus
            3) Holding fuel at destination, 30mins@1,500ft(ISA) plus
            4) Diversion fuel: sufficient to fly from MDA/DH to alternate aerodrome 75nm distant.

            The helicopter must have Category A class 1 performance on departure for this mission.

            d. Range Performance, VIP Transport. The helicopter must be capable of operating in the VIP Transport role. It will be required to carry three crew and 5 VIPs (nominal weight 90kgs each) in the proposed VIP helicopter fit, to a destination 150 nm range, non-stop. The helicopter Empty Equipped Weight should include proposed VIP seating options and fixed parts for the other optional equipment. Fuel must include:

            1) Trip fuel to include start-up, taxi, take-off, transit, approach and landing plus
            2) 10% of planned trip fuel plus
            3) Holding fuel at destination, 30mins@1,500ft(ISA) plus
            4) Diversion fuel: sufficient to fly from MDA/DH to alternate aerodrome 75nm distant.

            The helicopter must have Category A class 1 performance on departure for this mission.

            For each of the scenarios Para’s (a) to (d) above, tenderers should supply certified worked examples using actual AFM performance charts.





            4. Certification

            a The utility helicopter must be type certificated by a national civil airworthiness authority or military equivalent which is acceptable to the Irish Air Corps Military Airworthiness Authority and to the Department of Defence. Where more than one certification agency is involved the prime contractor will be responsible for securing and providing all necessary certification. Responsibility for continued airworthiness support of the delivered helicopters complete with any and all modifications and optional equipment rests with the prime contractor and he must demonstrate that he has in place approved, proven, audited and working systems for this purpose.

            b The most desirable scenario is that the Type Certificate should cover the entire helicopter and all installed equipment and optional fits. Should there be certain equipment of a non flight-critical nature which is not included in the Type Certificate due to its specialist application then the installation of such equipment must be approved by the prime contractor’s quality assurance and design organisation, or by another qualified design organisation. Tenderers should identify any such proposed equipment. Full details on the certification basis proposed to install such equipment must be detailed in the tender and the arrangements for continued airworthiness set out. Such other organisations must themselves have the approval of the appropriate National Airworthiness Authority (or military equivalent) to carry out such work.

            c. The DOD will not undertake any approval of airborne equipment or modifications and will only accept such equipment or modifications if there is an existing certification/approval as set out above. The DOD reserves the right to carry out its own monitoring/auditing of the manufacturers, the prime contractor (if applicable) and any sub-contractors at any time during the manufacture of the helicopters. It is the responsibility of the manufacturer toensure that all sub-contractors used for any function relating to the helicopters are properly certified and they must have prior approval of DOD.

            d. The helicopter manufacturer and /or the prime contractor (if applicable) must supply on delivery, certificate(s) of electro-magnetic compatibility, as appropriate, between all installed equipment and systems on the helicopters.

            e. All technical documentation including the Aircraft Flight Manual and Supplementary Maintenance Information relating to the type certified helicopters and all additional or optional equipment installed, both initial and revisions, must be approved and supplied by the helicopter manufacturer or the prime contractor as appropriate. The delivered Flight Manual must cater for all optional equipment supplied under this competition and it will be the responsibility of the prime contractor to manage the administration of all revisions to this manual during the course of the helicopters’ life.



            Catch-22 says they have a right to do anything we can't stop them from doing.

            Comment


            • #7
              ANNEX B3


              ESSENTIAL SECONDARY EQUIPMENT OF THE UTILITY HELICOPTER

              Options must be provided for the following equipment:

              1. Specialised Air Ambulance Installation

              A specialised air ambulance installation, which is light and modular, with appropriate life support equipment allowing for a single patient or incubator transfer, must be supplied. The helicopter doors must facilitate the loading of this installation. Tenderers must supply technical details and costs of any/all approved medical equipment/air ambulance fits. Tenderers must also supply details of any in-cabin provisions e.g. electrical connections, medical oxygen plumbing which support the air ambulance configuration. The total additional weight of the air ambulance fit including fixed provisions must be specified.

              Tenderers must in addition provide options for Neo Natal Incubator equipment that must be compatible with the proposed Air Ambulance kit. Weights and costs must be stated.

              2. Emergency Floatation Equipment

              The helicopter must be capable of being fitted with an emergency floatation system. Such floatation system must be part of the tendered helicopter package. Weights of fixed provisions required for this system must be provided in the tender response.

              3. Rescue Hoist System

              The helicopter must be capable of being fitted with a rescue hoist system. Such rescue hoist system must be part of the tendered helicopter package. Weights of fixed provisions required for this system must be provided in the tender response. Where options exist for more than one type of hoist these should be provided.

              4. Abseiling / Fast roping Systems

              The helicopter must be capable of being fitted with an abseiling and fast roping system. The system should be capable of simultaneously deploying 2-4 troops from both sides of the helicopter. Such systems must be part of the tendered helicopter package. Weights of fixed provisions required for this system must be provided in the tender response.

              5. Fire Support

              Tenderers should provide options on the capability of the helicopters to provide limited fire support, which should cover a broad spectrum of basic weapons. Weights of fixed provisions required for these systems must be provided in the tender response.

              6. Landing Gear

              Tenders should indicate helicopter options for high and low skid or wheels. The helicopter must also be capable of being fitted with skis. Any restriction in respect of the use of other proposed optional equipment must be detailed for each option proposed in respect of this section.


              Catch-22 says they have a right to do anything we can't stop them from doing.

              Comment


              • #8
                Bumped for the sake of my sanity.

                Herr Flick. Please read.


                Catch-22 says they have a right to do anything we can't stop them from doing.

                Comment

                Working...
                X