Published date: 4 October 2017

This notice was replaced on 5 January 2018

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Awarded contract (published 15 January 2019, last edited 15 January 2019)

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


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

4 October 2017

Closing date

8 November 2017

Contract start date

15 January 2018

Contract end date

14 January 2020

Contract type

Service contract

Procedure type

Competitive dialogue (above threshold)

Tenders are invited from pre-qualified suppliers after discussion of requirements and potential solutions.

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

Attachments


About the buyer

Contact name

Mena Gosling-Hughes

Address

Babcock I&RM, Bldg B15
MoD Donnington
Telford
TF2 8JT
England

Email

mena.gosling-hughes@babcockinternational.com