Planning

Lighting and Power Distribution System (LAPDS)

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Planning

19 Oct 2021 at 21:45

Summary of the contracting process

The Ministry of Defence is planning a procurement process for a Lighting and Power Distribution System (LAPDS) aimed at enhancing the operational capability of the British Army. This initiative falls under the goods category and focuses on voltage-control systems and electrical components. The procurement is currently at the planning stage, with a contract period expected to last 720 days. The Authority is seeking market input to refine its future procurement strategy, with no formal commitments made at this stage. Potential suppliers should register their interest via the e-Tendering system detailed in the notice.

This procurement presents significant opportunities for businesses that supply electrical components, control systems, and logistical support services. Companies with capabilities in manufacturing, integration, and maintenance of complex electrical systems, especially those situated within the UK, would find this tender particularly relevant. The involvement of suppliers in providing solutions and responding to the Authority's requirements can foster collaborations that enhance their market presence, potentially leading to further contracts within the Defence sector.

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

Lighting and Power Distribution System (LAPDS)

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 Lighting and Power Distribution. LAPDS is a plug-in, outdoor distribution system that supplies the power needs of temporary domestic and technical accommodation installations globally. It distributes three-phase and single-phase mains power (230V and 110V) available for catering, air conditioning, heating and welfare facilities. LAPDS can be supplied from generators via a Generator Interface Unit or from a permanent Host Nation Supply (HNS). 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 supply, integrate, test and support of our Lighting and Power Distribution 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 Lighting and Power Distribution System (LAPDS) to replenish stocks and support Exercises and Operations until the future projects Manoeuvre Shelter (MAN S) and Static Infrastructure and Project (SIP) delivers a replacement. There are currently not enough In-Service LAPDS assets to meet the current operational reserve and support the increased demands and usage for LAPDS on Exercises and Operations. Therefore, this procurement is required to ensure the capability is uplifted to fulfil anticipated demands for on-going and future Operations and Exercises. 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) LAPDS shall be able to operate in Core Region environments. b) The system shall be capable of being transported and stored at the lowest value of atmospheric pressure for the highest elevation contemplated for NATO forces. c) The system shall remain safe, with no drop in performance, when exposed to precipitation d) LAPDS shall operate when under the effects of snow loading e) LAPDS shall be protected from the effects of Lightning Strikes and Electrical Storms. f) The System shall be suitable for transport, operation, maintenance and storage by personnel with a wide range of user characteristics g) LAPDS shall be able to interface with current UK forces and civilian power generation equipment. h) The System and associated elements shall be capable of disposal by the authority safely and economically at the end of its in-service life. 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 Additional information: 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-02edc9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026204-2021
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

31161900 - Voltage-control systems

31681400 - Electrical components

Notice Value(s)

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

Notice Dates

Publication Date
19 Oct 20214 years ago
Submission Deadline
7 Apr 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
Thomas.neill103@mod.gov.uk, attn: Thomas Neill
Contact Email
thomas.neill103@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

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-02edc9-2021-10-19T22:45:11+01:00",
    "date": "2021-10-19T22:45:11+01:00",
    "ocid": "ocds-h6vhtk-02edc9",
    "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-02edc9",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Lighting and Power Distribution System (LAPDS)",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "31161900",
            "description": "Voltage-control systems"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "31681400",
                "description": "Electrical components"
            }
        ],
        "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 Lighting and Power Distribution. LAPDS is a plug-in, outdoor distribution system that supplies the power needs of temporary domestic and technical accommodation installations globally. It distributes three-phase and single-phase mains power (230V and 110V) available for catering, air conditioning, heating and welfare facilities. LAPDS can be supplied from generators via a Generator Interface Unit or from a permanent Host Nation Supply (HNS). 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 supply, integrate, test and support of our Lighting and Power Distribution 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 Lighting and Power Distribution System (LAPDS) to replenish stocks and support Exercises and Operations until the future projects Manoeuvre Shelter (MAN S) and Static Infrastructure and Project (SIP) delivers a replacement. There are currently not enough In-Service LAPDS assets to meet the current operational reserve and support the increased demands and usage for LAPDS on Exercises and Operations. Therefore, this procurement is required to ensure the capability is uplifted to fulfil anticipated demands for on-going and future Operations and Exercises. 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) LAPDS shall be able to operate in Core Region environments. b) The system shall be capable of being transported and stored at the lowest value of atmospheric pressure for the highest elevation contemplated for NATO forces. c) The system shall remain safe, with no drop in performance, when exposed to precipitation d) LAPDS shall operate when under the effects of snow loading e) LAPDS shall be protected from the effects of Lightning Strikes and Electrical Storms. f) The System shall be suitable for transport, operation, maintenance and storage by personnel with a wide range of user characteristics g) LAPDS shall be able to interface with current UK forces and civilian power generation equipment. h) The System and associated elements shall be capable of disposal by the authority safely and economically at the end of its in-service life. 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 Additional information: 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?",
        "contractPeriod": {
            "durationInDays": 720
        },
        "awardPeriod": {
            "startDate": "2022-04-08T00:00:00+01:00"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-32069",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "'Elm 1C, #4140, DE&S, MOD Abbey Wood, Bristol BS34 8JH, United Kingdom",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Thomas.neill103@mod.gov.uk, attn: Thomas Neill",
                "email": "Thomas.neill103@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-32069",
        "name": "Ministry of Defence"
    },
    "language": "en"
}