Notice Information
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?
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}