Diving Life Support (DLS) In-Service Support (ISS)

Open

Buyers

Value

£62,500,000

Classifications

  • Diving instruments or accessories
  • Protective and safety clothing
  • Diving wear
  • Wetsuits
  • Dry suits
  • Repair and maintenance services
  • Hyperbaric chambers
  • Breathing apparatus for diving
  • Air compressors
  • Hydraulic equipment
  • Compressed-air cylinders

Tags

  • tender

Submission Deadline

1 month from now

Published

2 days ago

Description

Defence Equipment and Support (DES) Salvage and Marine Operations (SALMO) Delivery Team (DT) have a requirement for the provision of In-Service Support (ISS) to the Diving Life Support (DLS) portfolio of equipment.
The DLS portfolio provides a diving capability to the UK Military, led by the Royal Navy, to support a full range of technical and support activities to enable the delivery of underwater Explosive Ordnance Disposal (EOD), underwater engineering, underwater search and engineering tasks in support of UK Defence Tasks.
The DLS ISS requirement is divided into the following four Lots:
Lot 1 - Diver's Dress and Dive Ancillaries 
Estimated value: £10M ex VAT
Includes: Diver's dress, e.g. dive suits, boots, gloves, etc and Dive Ancillaries
Lot 2 - Diving Support Equipment 
Estimated value: £14M ex VAT
Includes:
Diver Through Water Communication (DTWC)
Gas Boosters Pumps
Portable Breathing Air Compressor (PBAC)
Portable Oxygen Monitoring  Apparatus (POMA)
Type B Recompression Chamber (RCC)
Lot 3 - Dive Sets and Dived Equipment
Estimated value: £21M ex VAT
Includes:
Enclosed Mine Lift Bags (EMLB)
Swimmers Oxygen Breathing Apparatus (SOBA), including Excursion variant
Surface Supplied Diving Equipment (SSDE)
Parachute Lift Bags (PLB)
Underwater Hydraulic Tools
Lot 4 - Self-Contained Air Diving Equipment (SCADE) and Clearance Diver Life Support Equipment (CDLSE)
Estimated value: £17.5M ex VAT
Includes:
Self-Contained Air Diving Equipment (SCADE), including Swimmers Air Breathing Apparatus (SABA) and Rechargeable Air Breathing Apparatus (RABA)
Clearance Divers Life Support Equipment (CDLSE)
The Lots require ISS to extant equipment, as well as the ability to procure more/new equipment at the direction of the Authority.
The DLS ISS contracts will be for five (5) years, with two (2) additional one (1) year options to extend. If all the options to extend are exercised by the Authority, each contract's duration will be a total of seven (7) years.

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Bypass the hassle of outdated portals.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

DS504-25 NFCC Framework for Respiratory Protective Equipment, associated equipment and services

Devon and Somerset Fire and Rescue Service in conjunction with the National Fire Chiefs Council Respiratory Protective Equipment Group (NFCC RPE Group) and the NFCC Procurement Hub is leading a procurement project to replace the existing Framework for Respiratory Protective Equipment, associated equipment and services The framework will enable Contracting Authorities named on the framework to procure Respiratory Protective Equipment, associated equipment and services. The detailed requirements have been split into Lots which have been developed with the support of the NFCC RPE Group. Lot 1 Self-contained breathing apparatus, with ancillaries Lot 2 Cylinders with ancillaries Lot 3 Integrated Communications systems Lot 4 Telemetry Lot 5 Maintenance services Lot 6 Provision of consumables, parts and spares Lot 7 Other respiratory protective equipment and services The contract location will depend upon the call-off contracts awarded by the Contracting Authorities. The Framework will be a closed framework for a period of 4 years. Due to the stability of the market, there is an option to extend the Framework by up to two years providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities. No maximum number of suppliers per lot has been applied. Full details of the requirements are provided in the tender documents which will be available through the e-tendering portal. Suppliers who are interested in this opportunity should register on our e-tendering portal where this opportunity will be tendered shortly. The e-tendering portal is located at: https://sell2.in-tend.co.uk/blpd/home The e-tendering portal is free to use. Suppliers can find guidance on using the e-tendering portal via: https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf

Katy Reed

Published 1 hour ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete