Published date: 15 January 2019
Last edited date: 15 January 2019
Awarded contract - This means that the contract has been awarded to a supplier.
Contract summary
Industry
Fire escape equipment - 35111400
Location of contract
TF2 8JT
Value of contract
£1,430,000 to £4,000,000
Procurement reference
IRM16/1277
Published date
15 January 2019
Closing date
8 November 2017
Contract start date
29 January 2018
Contract end date
28 January 2022
Contract type
Service contract
Procedure type
Restricted procedure (above threshold)
A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
The Authority has a potential requirement to place a one year enabling contract (with 3 x option years) for the In-Service Support of Fire & Rescue Crash Equipment in line with manufacturers recommendations to maintain this capability. There will be also the provision for three one year options should this be required and subject to satisfactory supplier performance. At present the possible future requirement covers, but is not limited to, the In-Service Support of LUKAS rescue, LAMPE lifting and LQS stabilisation kits which includes service, certification, spares inclusive repair, collection and delivery of the equipment throughout the UK and utilising Purple Gate supply system for overseas units. There are no spares either kit or component parts held in the MoD supply system. The Servicing and Certification of the equipment is carried out yearly and normally follows an agreed schedule which avoids peak flying times and extreme weather which is when the risk of crash situations is at its greatest. The successful Contractor(s) will be required to:- Repair and re-manufacture the equipment in accordance with the relevant AESP Preserve, package and deliver the completed equipment. All repaired assemblies are to be covered by a warranty period. A menu pricing structure to be offered but not limited to the following level of repair:- Major Minor Beyond Economic Repair (BER) QA standards or equivalent: The Contractor shall hold and maintain a certification to ISO 9001:2008 or equivalent quality accreditation to a correct scope relevant to this requirement. The Contractor shall be responsible for the procurement of all replacement parts and they shall meet or exceed the OEM specification and shall be purchased from an approved supplier. Certificates of Conformity (COC) shall be obtained for all parts which have not been sourced from the OEM. Expressions of Interest will be via the Dynamic Pre-Qualification Questionnaire (DPQQ) linked to this Contract Notice. Only those expressions of interest that fully meet the above criteria and DPQQ shall be considered for Invitation to Tender. No business whatsoever is guaranteed under any resulting framework agreement or contract, indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this Contract Notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this place only on the basis that they fully understand and accept this position.
More information
Previous notice about this procurement
Fire and Rescue Crash Equipment In-Service Support
- Opportunity
- Published 4 October 2017
Attachments
-
- 20170915 Terms and Conditions.pdf
- Tender notice
- 20170915 Terms and Conditions
-
- 20170918 - DEFFORM 047_0617.pdf
- Tender notice
- 20170918 - DEFFORM 047_0617
-
- 20171002 - Transparency Annex B - ITT.pdf
- Tender notice
- 20171002 - Transparency Annex B - ITT
-
- DEFFORM 47 Annex B - Compliance Matrix.pdf
- Tender notice
- DEFFORM 47 Annex B - Compliance Matrix
-
- DEFFORM 528_0517.xls
- Tender notice
- DEFFORM 528_0517
-
- IRM16 1277 CONTRACT NOTICE FINAL VERSION FOR PUBLICATION.pdf
- Tender notice
- IRM16 1277 CONTRACT NOTICE FINAL VERSION FOR PUBLICATION
-
- IRM16 1277 PQQ FINAL VERSION FOR PUBLICATION.pdf
- Tender notice
- IRM16 1277 PQQ FINAL VERSION FOR PUBLICATION
-
- TENDER RETURN LABEL.pdf
- Tender notice
- TENDER RETURN LABEL
Award information
Awarded date
22 October 2017
Contract start date
15 January 2018
Contract end date
14 January 2020
Total value of contract
£4,800,000
This contract was awarded to 5 suppliers.
ANGLOCO LIMITED
Address
Upper Station Road
WF17 5TA
GBReference
Companies House number: 01958909
Supplier is SME?
No
Supplier is VCSE?
No
CARMICHAEL SUPPORT SERVICES LIMITED
Address
Weir Lane
WORCESTER
Worcestershire
WR2 4AY
GBReference
Companies House number: 05254784
Supplier is SME?
No
Supplier is VCSE?
No
MARINE AND INDUSTRIAL TRANSMISSIONS LIMITED
Address
Queenborough Shipyard
ME11 5EE
GBReference
Companies House number: 01183364
Supplier is SME?
No
Supplier is VCSE?
No
Perren Engineering
Address
Unit 4, Britannia Business Centre, Britannia Way, Enigma Business Park, Malvern WR14 1GZ
Reference
None
Supplier is SME?
No
Supplier is VCSE?
No
TERBERG DTS (UK) LIMITED
Address
LOWFIELDS WAY
ELLAND
WEST YORKSHIRE
HX5 9HD
GBReference
Companies House number: 03582151
Supplier is SME?
No
Supplier is VCSE?
No
About the buyer
Contact name
Mena Gosling-Hughes
Address
Babcock I&RM, Bldg B15
MoD Donnington
Telford
TF2 8JT
England
Share this notice
Closing: 8 November 2017