Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)Official name: Ministry of Defence, Combat Air, Fast Air Support Team (FAST)
Postal address: Walnut 1a, #1128, MOD Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Contact person: Alan Berry
E-mail: desfast-comrcl2a2@mod.uk
Telephone: +44 3067982857
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local sub-divisions
I.4)Contract award on behalf of other contracting authorities/entitiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Design and Embodiment of a Helmet Mounted Cueing System (HMCS) for use on the Tornado GR4/4A Fleet.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 3: Defence services, military defence services and civil defence services
NUTS code UKH13 Norfolk
II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Military aircraft. 1. Expressions of interest are sought from companies interested in meeting the requirement to carry out a design and embodiment programme for the introduction of a Helmet Mounted Cueing System (HMCS) for use on the Tornado GR4/4A fleet by no later than 25.11.2016.
2. Assumptions/Requirements
a. The HMCS solution is to ensure that no additional fatigue is added to existing airframe structures.
b. This solution is provide full groundcrew/aircrew training and a through life support package.
c. HMCS will be capable of full integration with current Tornado AES and Mk 10 helmets.
d. HMCS will be fully interoperable with the current list of weapons cleared on Tornado GR4/4A with the inclusion of ASRAAM.
e. The system will be fully compatible with current, in-service NVG capabilities.
f. HMCS will provide full interoperability with current aircraft sensors and have full functionality with the current Tornado HOTAS system.
g. HMCS will provide a day/night capability.
h. HMCS will not introduce any restriction to the current Tornado GR4/4A flight envelope.
i. HMCS will provide both Operation capability and peace time training. j. The system will be capable of integration onto the Tornado GR 4/4A FMS.
k. HMCS will be sustainable until Tornado GR4/4A OSD.
3. Interested companies will be expected to have the following skills and experience:
a. Comprehensive knowledge of CAA/MAA legislation.
b. They will be a DAOS approved organisation iaw RA 5101
c. Detailed knowledge of the platform in its current design.
d. The organisation must comply with the requirements of BS/EN/ISO 9001:2008 or equivalent as defined by Defence Quality Assurance Authority (DQAA).
4. This requirement is to be fulfilled with the placement of a contract no later than Oct 2015.
5. Interested companies must be in a position to provide specialist technical support to the Tornado fleet and potentially carry out any emergent work resulting from the embodiment programme.
6. Companies who submit an expression of interest may then be required to complete and return a Pre-Qualification Questionnaire (PQQ). Successful companies will receive an Invitation to Tender (ITT) and will be provided with the full specification which their solution must meet.
7. Contractors who wish to express an interest in this tender are to forward a written EOI to the issuing branch, addressed for the attention of FAST-Comrcl2a2.
II.1.6)Common procurement vocabulary (CPV)35610000 Military aircrafts
II.1.7)Information about subcontracting
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
III.1.5)Information about security clearance:
III.2)Conditions for participation
III.2.1)Personal situation
III.2.2)Economic and financial ability
III.2.3)Technical and/or professional capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 3 and maximum number 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
FAST/00143
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate31.7.2015 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates14.8.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information:
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
From 2 April 2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.
https://www.gov.uk/government/publications/government-security-classifications
The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise.
Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-2015617-DCB-6687838.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: Ministry of Defence, Combat Air, Fast Air Support Team (FAST)
Body responsible for mediation procedures
Official name: Ministry of Defence, Combat Air, Fast Air Support Team (FAST)
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedOfficial name: Ministry of Defence, Combat Air, Fast Air Support Team (FAST)
VI.5)Date of dispatch of this notice:17.6.2015