Type of document: Contract Notice
Country: United Kingdom
MOD Addendum
GB-Bristol: Advanced Laser Eye Protection Technology Solution Development
Region Codes: UKK1
Section I: Contract Title
Contract Title: GB-Bristol: Advanced Laser Eye Protection Technology Solution Development
Section II: Identification Numbers
MOD Contract Notice Nr: DTEC/262
ITT Number: DTEC/262
Contract Number: DTEC/262
Section III: Issuing Branch / Organisation Details
Notice Address:
Ministry of Defence, Agencies/Misc, Other
DES TECH-COMRCL-CP1, Elm 1.c, #4135, MOD Abbey Wood, Bristol, BS34 8JH, United Kingdom
Tel. +44 30679 35865, Email: DESTECH-COMRCL-CP1@mod.uk
Contact: DESTECH-COMRCL-CP1, Attn: Mrs A Day
Section IV: Product / Service Descriptor Code
Industry Codes:
33735100 – Protective goggles.
Section V: Summary of Requirements / Description of Work
Summary of Requirements / Description of Work: Protective goggles. The Authority?s Technology Office has a requirement for the development and delivery of Advanced Laser Eye Protection for all UK Aircrew at Technology Readiness Level 5/6 (TRL 5/6).
Interested companies are invited to send Expressions of Interest to the above address and complete the online Dynamic Pre-Qualification Questionnaire (DPQQ). The Authority intends to invite a minimum of 5 tenderers, subject to the pass or fail criteria, and the technical scoring obtained in the Dynamic PQQ. Companies responding to this advertisement must score a minimum of of 75% in the DPQQ to be taken forward to the tender stage.
Interested companies should have List X accreditation or be capable of achieving that.
The intention is to place between 1 and 3 contracts for the development of Advanced Laser Eye Protection solutions to replace the current spectacles. If a decision is taken to place a number of contracts resulting from this ITT, one or more of these may be discontinued if they are seen to be making inadequate progress at a suitable Review Point. A single system or system of systems solution is sought and, while it may be that separate contractors will be selected to meet the requirement, Expressions of Interest will also be welcome from companies that can fulfil the complete requirement alone and from consortia that can fulfil the requirement using a layered approach of different technological solutions to achieve the LEP requirement. The preferred future solution will not involve spectacles although in the interests of expediting progress, these will be considered, if nothing else is forthcoming, in a layered approach.
It is estimated that technological solutions currently at TRL 3 or TRL 4, whether for commercial or military application, are best suited to achieve the requirement within a two year window, (February 2017 to February 2019).
Potential tenderers will be expected to propose solutions which protect from current threats and can be upgraded relatively easily, to protect against future threats or will be delivered capable of protecting against such threats.
Typically, (though not exclusively as there is no bar to innovation), solutions will be used in conjunction with or substitute for visors and must be compatible with current cockpit lighting such that laser dazzle protection does not make instrumentation so difficult to observe that safety is compromised, especially in the night environment.
Options include a single solution fitted to helmets, a layered solution including perhaps a windscreen protection system for one or more laser types coupled to helmet mounted protection for other wavelengths and an integrated full or partial solution incorporated into visors. Any helmet mounted solution must be lightweight to prevent excessive load on aircrew neck muscles and spine. The Authority is also open to suggestions as to how alternative solutions may be achieved if single manufacturers or consortia have cogent technology.
The winning bid will be the one that scores highest technically and is affordable within the overall budget of #420K. Potential tenderers should bear in mind that this budget may be shared across up to 3 separate contracts, where the Authority decides that enough differentiation exists between technological solutions to merit separate projects running concurrently. Alternatively, a single contract may be placed for the whole budget, (or any portion of the budget which is deemed to represent value for money) if one comprehensive technological solution emerges from one company or a consortium. Tenders will not be evaluated on price, unless similarities in technological solutions are apparent which would necessitate other means of separation (eg price). The Authority may wish to downselect to preferred bidder(s) at any stage of the competition.
Accordingly, companies interested in being invited to tender must respond by completing the accompanying Dynamic Pre-Qualification Questionnaire to provide the Authority with information to evaluate the supplier’s capacities and capabilities against the selection criteria. The Authority will use the DPQQ response to create a shortlist of tenderers who; 1) are eligible to participate; 2) fulfil any minimum economic, financial, professional and technical standards, and 3) best meet in terms of capacity and capability the selection criteria set out in the DPQQ. The means of selection of tenderers is set out above. This Addendum is only to extend the deadline of the DPQQ which has been re-opened, with new ACCESS CODE 5R75M795YS. Interested companies who have submitted their DPQQ responses already may re-submit if they wish, or confirm that their first submission is the one they wish to be considered. All of the previous advertised details continue to apply. The new closing date for DPQQ submissions is 23:55hrs on 29 November 2016.