Tender for Safety Consultancy Services
Independent Safety Auditor.
United Kingdom-Bristol: Safety consultancy services
2013/S 180-311074
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Fast Air Support Team (FAST), DE&S
Walnut 1a #1128, D&S, MOD Abbey Wood, Stoke Gifford
Contact point(s): DES FAST-Comrcl3e1
For the attention of: Pamela Burt
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067935796
E-mail: desfast-comrcl3e1@mod.uk
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)
Section II: Object of the contract
Service category No 27: Other services
NUTS code UKK1
Expression of Interest
The FAST, as a multi-platform Project Team (PT) requires an ISA to assess parts of the safety cases for the aircraft of the Battle of Britain Memorial Flight (BBMF), Tornado, and Typhoon fleets. The scope of the task varies for each aircraft type according to its procurement and in-service support arrangements but the ISA’s key role will be to provide assurance to FAST and its stakeholders that the platforms are acceptably safe from an airworthiness perspective.
The ISA role is defined in Def Stan 00-56 Part 1 as
‘…an individual or team, from an independent organisation, that undertakes audits and other assessment activities to provide assurance that safety activities comply with planned arrangements, are implemented effectively and are suitable to achieve objectives; and whether related outputs are correct, valid and fit for purpose…’.
The ISA is to provide assistance to the BBMF ac, Tornado and Typhoon Safety Managers in discharging their responsibilities for monitoring effective safety management of the FAST PT and its contractors. The ISA will provide assurance and guidance on safety management issues by providing an expert, professional opinion without vulnerability to commercial, project or other pressure; however, the opinion offered should consider the reality of competing resources, but should not suppress/obscure the ‘purist’ opinion. The role will be fulfilled by the implementation of an agreed Safety Audit Plan that complements project plans and other regulatory Audits to ensure a timely safety input into projects.
In the context of this Bulletin the terms independent, safety audit and safety advice are defined as:
a. Independent. The ISA must be independent in respect to being able to provide an expert, professional opinion without pressure to modify their opinion. The appointed ISA must be sufficiently independent that there is nothing that might affect or call into question their ability to carry out impartial assessment or audit activities or to make impartial judgements regarding safety. To achieve this, the appointed ISA is required to declare in the ISA Audit Plan its level of independence from the organisations or any parts of its parent organisation already supporting FAST in any capacity. The requirement applies to all ISA team members, including any sub-contracted activities.
b. Safety Audit. A systematic and independent examination to determine whether safety activities comply with planned arrangements, are implemented effectively; are suitable to achieve objectives; and whether related outputs are correct, valid and fit for purpose. It consists of all activities that enable an expert, professional, independent opinion to be reached on the safety of the system.
c. Safety Support. Should take the form of general guidance on the acceptability of a proposed safety argument that facilitates decision-making. In order to maintain independence, the ISA cannot recommend a specific approach, or contribute directly to the safety argument. Guidance that would be given to any broadly similar project and might cover the selection of suitable analysis techniques, the structure of safety arguments and the making of tolerability claims would be deemed general guidance.
The scope of the work is defined below but may include examination of the safety management arrangements and records of the following parties involved with the Typhoon project:
The Strategic Transport and Air-to-Air Refuelling (STAAR) PT and Hercules and TriStar PT (HTPT) for their interface with FAST Tornado and Typhoon with respect to airborne refuelling activities and the Short Range Air-to-Air Missile (SHORAD) and Beyond Visual Range Air-to-Air Missile ((BVRAAM) PTs amongst others who interface with FAST through the provision of munitions. There will also be a requirement to liaise with Industry and RAF bases details of which will be provided within the ITT.
The ISA should be able to demonstrate competence in safety audit skills as applied in the air domain, including knowledge of relevant safety policy and legislation.
The performance of this Contract will be subject to monitoring and management through key performance indicators.
Any further information required should be submitted to the Commercial contact listed above by 14:00 on Wednesday 9.10.2013. After which date no further questions will be taken.
Deadline for Interests to be submitted either by e mail or hard copy to the Commercial contact listed above is 12:00 on Friday 25.10.2013.
79417000
Section III: Legal, economic, financial and technical information
Section IV: Procedure
Section VI: Complementary information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. 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.
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-2013913-DCB-5117358.
VI.5)Date of dispatch of this notice:13.9.2013