MOD 2 WATER RESCUE EQUIPMENT AND PERSONAL PROTECTIVE CLOTHING (PPE) FURTHER COMPETITION UNDER THE YPO EMRGENCY RESPONSE AND RESCUE EQUIPMENT DYNAMIC PURCHASING SYSTEM REF NO. 1110 LOT 1

Award

Value

£70,140

Classifications

  • Firefighting, rescue and safety equipment

Tags

  • award

Submission Deadline

7 months ago

Published

7 months ago

Description

West Midlands Fire Service have MOD 2 trained Water Personnel. To enable them to carry out this function in adverse conditions, they require the most effective water PPE and equipment available to them. Firefighter safety is paramount when dealing with Operational incidents, especially when personnel are required to enter volatile environments to secure the successful rescue of members of the public.  
The Authority will be implementing 10 additional MOD 2 water stations during 2025. The initial five stations will be live by April 2025 and the final five will be live by September 2025. This tender process is to procure PPE and equipment for all 10 stations. The outcome of the process will identify the most protective, durable Water PPE for MOD2 wearers, to enable them to fulfil their roles safely and effectively. Inflatable rescue sleds and inflatable evacuation sleds will also be procured. Please see items and quantities in the table below. 
The requirement includes an option to carry out minor in-house repairs to the equipment and as such the winning bidder is required to provide training.  

Additional information: Awarded Lots to Northern Diver:
Lot 1 - PPE 
Lot 2 - Boots

Call off from YPO EMRGENCY RESPONSE AND RESCUE EQUIPMENT DYNAMIC PURCHASING SYSTEM REF NO. 1110 LOT 1

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

LSL/GS/0132 - The Supply of Common Captured Persons Handling Kit

In April 2015, the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services), that were historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos wishes to generate interest, information and views with other companies to understand the current market innovation and gain useful intelligence that can help our requirement. The General Supplies Team, which forms part of Leidos Supply Ltd. is considering the potential requirement for the supply of Common Captured Persons Handling Kit on behalf of the UK MoD. The total estimated value for this Framework Agreement will be between £360,000 and £900,000 with a total length of 4 Years. In addition, please note that as a framework agreement there is no guarantee of business. If this is of further interest, please register on our eProcurement system, Jaggaer: https://leidos-supply.app.jaggaer.com Bidders will be able to register on the system, and once registered they can express their interest and complete their bid on there. Should Bidders have any queries regarding the system, please contact the support team on the front page of the Jaggaer website, where it says 'Need assistance?', for help. Any queries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging centre.

Katy Reed

Published 2 weeks ago
Open

Plymouth CAST Provision of Statutory Testing, Servicing and Reactive Repair Services

The Client is seeking to appoint a single Principal Contractor to deliver the full scope of Service Level Agreements (SLAs) outlined in the specification, which includes: a. Statutory compliance maintenance and Planned Preventative Maintenance (PPM) across in-scope mechanical, electrical and specialist systems (see Detailed Technical Specification for SLA Provision and other appendices). b. Reactive maintenance in line with the response model in Response Times. c. Technical support and management of specialist subcontractors engaged under this Contract. d. 24/7 operations support for emergencies. e. While elements of the service may be subcontracted, the Contractor will remain the sole point of contact for the Client and will retain full responsibility for the coordination, management, and successful delivery of all aspects of the contract. The Contractor must: a. Ensure and provide proofs that all employees and subcontractors meet and maintain the required standards of competence, compliance, and performance. b. Maintain clear and consistent communication with the Client, regardless of subcontractor involvement. c. Be accountable for all service outcomes, including timeliness, quality, and statutory compliance. d. Provide a unified reporting structure and escalation process for all services delivered under the contract. e. This approach is intended to ensure streamlined communication, efficient contract management, and clear accountability throughout the duration of the agreement.

Katy Reed

Published 3 weeks ago
Open

Plymouth CAST Provision of Statutory Testing, Servicing and Reactive Repair Services

The Client is seeking to appoint a single Principal Contractor to deliver the full scope of Service Level Agreements (SLAs) outlined in the specification, which includes: a. Statutory compliance maintenance and Planned Preventative Maintenance (PPM) across in-scope mechanical, electrical and specialist systems (see Detailed Technical Specification for SLA Provision and other appendices). b. Reactive maintenance in line with the response model in Response Times. c. Technical support and management of specialist subcontractors engaged under this Contract. d. 24/7 operations support for emergencies. e. While elements of the service may be subcontracted, the Contractor will remain the sole point of contact for the Client and will retain full responsibility for the coordination, management, and successful delivery of all aspects of the contract. The Contractor must: a. Ensure and provide proofs that all employees and subcontractors meet and maintain the required standards of competence, compliance, and performance. b. Maintain clear and consistent communication with the Client, regardless of subcontractor involvement. c. Be accountable for all service outcomes, including timeliness, quality, and statutory compliance. d. Provide a unified reporting structure and escalation process for all services delivered under the contract. e. This approach is intended to ensure streamlined communication, efficient contract management, and clear accountability throughout the duration of the agreement.

Katy Reed

Published 3 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete