Planning

OI/0074 350 kVA Generators

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Planning

12 Jul 2021 at 21:45

Summary of the contracting process

The Ministry of Defence is currently in the planning stage of a procurement process for 350 kVA generators, identified by the title "OI/0074 350 kVA Generators." This initiative falls under the goods category and is aimed at addressing a requirement for approximately 30 generators to support the British Army's operational needs. The procurement is being conducted through an e-Tendering system, with an award period anticipated to start on 31st October 2022. Interested suppliers are encouraged to register and submit their proposals, allowing the Ministry to gather further insights into market capabilities and pricing strategies.

This tender presents a significant opportunity for businesses involved in manufacturing and supplying power generation equipment, particularly those with experience in military specifications and compliance with relevant electrical and safety standards. Companies specialising in logistical support, maintenance, and technical documentation related to generator systems would also be well-suited to participate. Engaging with this procurement could enable suppliers to develop a longstanding relationship with a key governmental authority, potentially leading to further contracts and growth within the defence industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

OI/0074 350 kVA Generators

Notice Description

The purpose of this Prior Information Notice (PIN) is to inform the market that the Authority has a potential requirement for the purchase, validation and through life support for Circa 30 350 kVA Generators. The Authority is also looking to gain further information in order to assist in the development of its future procurement strategy, high level costings and requirements gathering. All information will be unattributable and non- product specific for the wider team; the Commercial team will keep the entire responses under strict control. This PIN is not a commitment by the Authority to launch a formal procurement procedure. The aim of this PIN, and the returns from Industry, will be used to understand how Industry proposals will meet supply, cost and timescales requirements. This PIN invites Industry suppliers to provide information on how they might intend to design, supply, integrate, test and support of our 350kVa Generator Requirement as well as to inform the market that the Authority has a potential requirement. The PIN also gives potential suppliers the opportunity to comment on the proposed requirement and perhaps offer amendments or alternative solutions which might produce better value for money.II.4) The Operational Infrastructure Delivery Team (OI DT), part of the Land Equipment Operating Centre in DE&S, is responsible for the procurement and in-service support of equipment used by the British ARMY during operations. The Project Aim is to deliver additional 30 diesel driven 350kVA generators to the ARMY. The requirement is due to a delay in Static Infrastructure and Power (SIP) NB 2025. A proportion of the existing fleet is Beyond Economic Repair (BER) Replacements are required to maintain the capability. These generators are a critical force enabler for expeditionary operations and must be deployable by sea, air and land. To provide potential providers with guidance on the desired scope, key requirements are summarised below. The key requirements set out are not exhaustive but does give an indication of the Users Key Requirements. Equipment Key Requirements a) The generator shall be a diesel driven 350kVA generator set mounted in a 20 ft International Standards Organisation (ISO) frame or container b) The 20 ft ISO frame used to mount the generator must be compliant to ISO 688 and be a container 1C or 1CC to be fully transportable with the UK Armed Forces Enhanced Palletised Load System (EPLS) c) The generator sets will need to provide three phase power for either 50 Hz or 60 Hz applications at voltages of 240V/415V AC outputs. It must also be capable of being operated in load sharing schemes with current in-service generators. d) The generator output must be compatible with the UK Armed Forces Lighting and Power Distribution System (LAPDS). e) The generator must have an integral fuel tank and be compatible with the UK Armed Forces Bulk Fuel and Storage Distribution System via a manifold assembly. f) The generator sets must comply with STANAG 4362 (NATO Single Fuel) Policy Logistical Support Key Requirements ILS Elements to support initial equipment procurement, to include; a) Supportability Analysis b) Initial Spares identification and supply c) Technical Documentations to support Trials, Training and initial delivery. d) Training provision ILS Elements to support the equipment throughout its In-Service life, to include e) Continued spares support f) Upkeep of Technical Documentation g) OEM Repair capability To assist the Authority in its project planning and in line with desired outcomes stated in the Description, potential industry suppliers are requested to provide responses to the following questions: a) Outline a Solution to satisfy the Authority's Key Equipment Requirements. Indicate the required Industry and / or Defence Standards ( Electrical, Safety , Reliability etc) which would be required to be met for your solution. b) How long would you estimate you need to manufacture, test and commission the proposed solution. c) What is the Rough Order of Magnitude (ROM) cost for the delivery of the proposed solution per Unit including verification and commissioning? The ROM cost should include for a Safety Case , Technical Publication, Training Material and Training sessions. d) What Through-Life Support solution would you be able to provide (including but not limited to the Logistical Support Key Requirements)? e) What is the ROM cost for a year for the Through-Life Support of the proposed solution?

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02c704
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/016274-2021
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting


CPV Codes

31120000 - Generators

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Jul 20214 years ago
Submission Deadline
31 Oct 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Attn: Townley Hadyn
Contact Email
hadyn.townley101@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02c704-2021-07-12T22:45:06+01:00",
    "date": "2021-07-12T22:45:06+01:00",
    "ocid": "ocds-h6vhtk-02c704",
    "description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02c704",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "OI/0074 350 kVA Generators",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "31120000",
            "description": "Generators"
        },
        "mainProcurementCategory": "goods",
        "description": "The purpose of this Prior Information Notice (PIN) is to inform the market that the Authority has a potential requirement for the purchase, validation and through life support for Circa 30 350 kVA Generators. The Authority is also looking to gain further information in order to assist in the development of its future procurement strategy, high level costings and requirements gathering. All information will be unattributable and non- product specific for the wider team; the Commercial team will keep the entire responses under strict control. This PIN is not a commitment by the Authority to launch a formal procurement procedure. The aim of this PIN, and the returns from Industry, will be used to understand how Industry proposals will meet supply, cost and timescales requirements. This PIN invites Industry suppliers to provide information on how they might intend to design, supply, integrate, test and support of our 350kVa Generator Requirement as well as to inform the market that the Authority has a potential requirement. The PIN also gives potential suppliers the opportunity to comment on the proposed requirement and perhaps offer amendments or alternative solutions which might produce better value for money.II.4) The Operational Infrastructure Delivery Team (OI DT), part of the Land Equipment Operating Centre in DE&S, is responsible for the procurement and in-service support of equipment used by the British ARMY during operations. The Project Aim is to deliver additional 30 diesel driven 350kVA generators to the ARMY. The requirement is due to a delay in Static Infrastructure and Power (SIP) NB 2025. A proportion of the existing fleet is Beyond Economic Repair (BER) Replacements are required to maintain the capability. These generators are a critical force enabler for expeditionary operations and must be deployable by sea, air and land. To provide potential providers with guidance on the desired scope, key requirements are summarised below. The key requirements set out are not exhaustive but does give an indication of the Users Key Requirements. Equipment Key Requirements a) The generator shall be a diesel driven 350kVA generator set mounted in a 20 ft International Standards Organisation (ISO) frame or container b) The 20 ft ISO frame used to mount the generator must be compliant to ISO 688 and be a container 1C or 1CC to be fully transportable with the UK Armed Forces Enhanced Palletised Load System (EPLS) c) The generator sets will need to provide three phase power for either 50 Hz or 60 Hz applications at voltages of 240V/415V AC outputs. It must also be capable of being operated in load sharing schemes with current in-service generators. d) The generator output must be compatible with the UK Armed Forces Lighting and Power Distribution System (LAPDS). e) The generator must have an integral fuel tank and be compatible with the UK Armed Forces Bulk Fuel and Storage Distribution System via a manifold assembly. f) The generator sets must comply with STANAG 4362 (NATO Single Fuel) Policy Logistical Support Key Requirements ILS Elements to support initial equipment procurement, to include; a) Supportability Analysis b) Initial Spares identification and supply c) Technical Documentations to support Trials, Training and initial delivery. d) Training provision ILS Elements to support the equipment throughout its In-Service life, to include e) Continued spares support f) Upkeep of Technical Documentation g) OEM Repair capability To assist the Authority in its project planning and in line with desired outcomes stated in the Description, potential industry suppliers are requested to provide responses to the following questions: a) Outline a Solution to satisfy the Authority's Key Equipment Requirements. Indicate the required Industry and / or Defence Standards ( Electrical, Safety , Reliability etc) which would be required to be met for your solution. b) How long would you estimate you need to manufacture, test and commission the proposed solution. c) What is the Rough Order of Magnitude (ROM) cost for the delivery of the proposed solution per Unit including verification and commissioning? The ROM cost should include for a Safety Case , Technical Publication, Training Material and Training sessions. d) What Through-Life Support solution would you be able to provide (including but not limited to the Logistical Support Key Requirements)? e) What is the ROM cost for a year for the Through-Life Support of the proposed solution?",
        "awardPeriod": {
            "startDate": "2022-10-31T00:00:00Z"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-7985",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MoD Abbey Wood, Elm 1C",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Townley Hadyn",
                "email": "Hadyn.Townley101@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.mod.gov.uk",
                "classifications": [
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-7985",
        "name": "Ministry of Defence"
    },
    "language": "en"
}