Planning

Procurement of a Contractor for the replacement of Diesel Rotary Uninterrupted Power Supply (DRUPS) at two FCDO UK locations

FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 1 release in its history.

Planning

14 Jun 2024 at 13:23

Summary of the contracting process

The Foreign Commonwealth and Development Office (FCDO) is planning a procurement process for the replacement of Diesel Rotary Uninterrupted Power Supply (DRUPS) at two locations in the UK. The title of the procurement is "Procurement of a Contractor for the replacement of Diesel Rotary Uninterrupted Power Supply (DRUPS) at two FCDO UK locations". This falls under the industry category of Construction work. The procurement is in the planning stage, with a market engagement webinar scheduled for 28 June 2024. Potential suppliers must register interest by email to jon.meadows@fcdo.gov.uk.

This tender for DRUPS replacement projects offers business growth opportunities for contractors experienced in specialist infrastructure projects. The FCDO is seeking contractors with expertise in critical infrastructure projects of similar scale. The procurement method will involve a Restricted above threshold tender procedure, with the market engagement exercise providing further insights into the project requirements. The locations for the projects are King Charles Street in London and Hanslope Park in Milton Keynes. Suppliers interested in participating must self-register on FCDO's e-procurement portal.

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

Procurement of a Contractor for the replacement of Diesel Rotary Uninterrupted Power Supply (DRUPS) at two FCDO UK locations

Notice Description

The Foreign Commonwealth and Development Office ("FCDO") intend to engage the market in relation to this project as part of market engagement activity in accordance with Regulation 40 of the Public Contracts Regulations 2015. The purpose of this PIN is to initiate market engagement and is not being used as a call for competition. This PIN is intended to: 1. Engage with and inform the market of the FCDO's requirements, enabling potential contractors to better understand the scope of the requirement and the approach to the procurement process; and 2. Provide detail of the market engagement event which will be hosted online on 28 June 2024 date may be subject to change. Details on how to register for this event is provided in section VI.3 (Additional Information). Please refer to section II.2.4 Description of the Procurement for details in relation to the requirement.

Lot Information

DRUPS replacement - King Charles Street

Resilience of power supply to King Charles Street (KCS). The operation of all the departments and services located at KCS requires electrical power for the most critical of systems to be provided without interruption. This project seeks to change the existing DRUPS critical electrical infrastructure to: * In the case of KCS a UPS that provides power via a battery system that provides power to the NO BREAK assets. * Diesel generators that provides power to SHORT BREAK & NO BREAK assets power demands. The works involves the removal of existing diesel rotary uninterruptible power supplies (DRUPS) and the replacement of them with traditional diesel generators and uninterruptible power supply (UPS) system's along with the supporting cabled infrastructure, fire protection & detection, mechanical cooling services, control and monitoring system Activity to Date Based on the primary and critical recommendations of an initial condition assessment, a feasibility study was conducted in April 2021 as a follow-on activity from the initial electrical infrastructure assessment. Within this feasibility exercise was an intrusive load assessment of the key power nodes of the site to ascertain the sizing requirements of the additional generator and support systems. An initial stage 3 design was completed in June 2022 based on the recommendations of the preceding feasibility study. A peer review was then conducted by FCDO MEP leadership team, following this peer review the design was then updated to incorporate the comments made to enhance the central 11kV switchgear and central generator provision. Design to RIBA stage 3 on this revised scheme has now been completed. The procurement of the Contractor will be a Restricted above threshold tender procedure. We are exploring options to run the procurement as a 'lotted' structure and have the market bid for one or both projects. The recommended route to market is a 2 stage Design and Build from RIBA 4 onwards. These aspects of the project will be further explored in the market engagement exercise. The FCDO are looking for Contractors with experience in this specialist field and with a proven track record of projects dealing with key critical infrastructure of this nature and this scale. Case studies and in-house technical expertise will need to be demonstrated in terms of scale, technology and similar critical environments (e.g. financial, Government, or data centre)

DRUPS replacement - Hanslope Park, Milton Keynes

Resilience of power supply to Hanslope Park (HSP). The operation of all the departments and services located at HSP requires electrical power for the most critical of systems to be provided without interruption. This project seeks to change the existing DRUPS critical electrical infrastructure to: * A BESS system that provides stored power to the NO BREAK assets via battery technology. * A diesel generator that provides power to SHORT BREAK & NO BREAK assets power demands * Install 2 new 11kV switchgear panels with modern intelligent controls. The existing main electrical building will be extended. * New mechanical cooling provided to the four main data rooms in building 38 with free cooling for energy savings. The works involve the removal of existing DRUPS and the replacement of them with traditional diesel generators and battery energy storage system's (BESS) along with the supporting cabled infrastructure, fire protection & detection, mechanical cooling services, PLC control and monitoring system. Additionally, a new 11kV central facility will be constructed and installed as part of these works, and a new critical cooling system to one of the data centre buildings on campus Activity to Date Based on the primary and critical recommendations of an initial condition assessment, a feasibility study was conducted in April 2021 as a follow-on activity from the initial electrical infrastructure assessment. Within this feasibility exercise was an intrusive load assessment of the key power nodes of the site to ascertain the sizing requirements of the additional generator and support systems. An initial stage 3 design was completed in June 2022 based on the recommendations of the preceding feasibility study. A peer review was then conducted by FCDO MEP leadership team, following this peer review the design was then updated to incorporate the comments made to enhance the central 11kV switchgear and central generator provision. Design to RIBA stage 3 on this revised scheme has now been completed. The procurement of the Contractor will be a Restricted above threshold tender procedure. We are exploring options to run the procurement as a 'lotted' structure and have the market bid for one or both projects. The recommended route to market is a 2 stage Design and Build from RIBA 4 onwards. These aspects of the project will be further explored in the market engagement exercise. The FCDO are looking for Contractors with experience in this specialist field and with a proven track record of projects dealing with key critical infrastructure of this nature and this scale. Case studies and in-house technical expertise will need to be demonstrated in terms of scale, technology and similar critical environments (e.g. financial, Government, or data centre)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-047019
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018476-2024
Current Stage
Planning
All Stages
Planning

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

51 - Installation services (except software)


CPV Codes

45000000 - Construction work

51100000 - Installation services of electrical and mechanical equipment

51110000 - Installation services of electrical equipment

51112000 - Installation services of electricity distribution and control equipment

51120000 - Installation services of mechanical equipment

Notice Value(s)

Tender Value
£40,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Jun 20241 years ago
Submission Deadline
Not specified
Future Notice Date
9 Jul 2024Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
Contact Name
Jon Meadows
Contact Email
jon.meadows@fcdo.gov.uk
Contact Phone
+44 2070080932

Buyer Location

Locality
LONDON
Postcode
SW1A 2AH
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-047019-2024-06-14T14:23:35+01:00",
    "date": "2024-06-14T14:23:35+01:00",
    "ocid": "ocds-h6vhtk-047019",
    "description": "This notice is being published to advertise a forthcoming early market engagement webinar, which will be held on 28 June 2024. The Webinar is scheduled for a 10:30am start and will last approximately 1 hour. Suppliers wishing to attend the forthcoming market engagement event should register their interest by email to jon.meadows@fcdo.gov.uk. You will be sent details of the event and how to join. For the avoidance of doubt, this market approach is not part of a formal procurement process. The FCDO reserves the right to change the process at any stage and to undertake this procurement using alternative routes. Participation or non-participation in this market engagement exercise shall not prevent any supplier participating in the future procurement, nor is it intended that any information supplied as part of this exercise shall place any supplier at an advantage in a procurement process. No formal assessment of capability or down selection of bidders will be carried out in relation to any responses received as a result of this. The requirement will be procured via the Foreign, Commonwealth and Development Office's e-procurement portal: https://fcdo.bravosolution.co.uk. Suppliers, not currently registered on the portal, who are interested in being considered for this opportunity must self-register on the site in order to participate in the tender when published -- registration is free and instantaneous.",
    "initiationType": "tender",
    "tender": {
        "id": "ESND-10915 -2024",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Procurement of a Contractor for the replacement of Diesel Rotary Uninterrupted Power Supply (DRUPS) at two FCDO UK locations",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The Foreign Commonwealth and Development Office (\"FCDO\") intend to engage the market in relation to this project as part of market engagement activity in accordance with Regulation 40 of the Public Contracts Regulations 2015. The purpose of this PIN is to initiate market engagement and is not being used as a call for competition. This PIN is intended to: 1. Engage with and inform the market of the FCDO's requirements, enabling potential contractors to better understand the scope of the requirement and the approach to the procurement process; and 2. Provide detail of the market engagement event which will be hosted online on 28 June 2024 date may be subject to change. Details on how to register for this event is provided in section VI.3 (Additional Information). Please refer to section II.2.4 Description of the Procurement for details in relation to the requirement.",
        "value": {
            "amount": 40000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2,
            "awardCriteriaDetails": "Lots 1 and 2"
        },
        "lots": [
            {
                "id": "1",
                "title": "DRUPS replacement - King Charles Street",
                "description": "Resilience of power supply to King Charles Street (KCS). The operation of all the departments and services located at KCS requires electrical power for the most critical of systems to be provided without interruption. This project seeks to change the existing DRUPS critical electrical infrastructure to: * In the case of KCS a UPS that provides power via a battery system that provides power to the NO BREAK assets. * Diesel generators that provides power to SHORT BREAK & NO BREAK assets power demands. The works involves the removal of existing diesel rotary uninterruptible power supplies (DRUPS) and the replacement of them with traditional diesel generators and uninterruptible power supply (UPS) system's along with the supporting cabled infrastructure, fire protection & detection, mechanical cooling services, control and monitoring system Activity to Date Based on the primary and critical recommendations of an initial condition assessment, a feasibility study was conducted in April 2021 as a follow-on activity from the initial electrical infrastructure assessment. Within this feasibility exercise was an intrusive load assessment of the key power nodes of the site to ascertain the sizing requirements of the additional generator and support systems. An initial stage 3 design was completed in June 2022 based on the recommendations of the preceding feasibility study. A peer review was then conducted by FCDO MEP leadership team, following this peer review the design was then updated to incorporate the comments made to enhance the central 11kV switchgear and central generator provision. Design to RIBA stage 3 on this revised scheme has now been completed. The procurement of the Contractor will be a Restricted above threshold tender procedure. We are exploring options to run the procurement as a 'lotted' structure and have the market bid for one or both projects. The recommended route to market is a 2 stage Design and Build from RIBA 4 onwards. These aspects of the project will be further explored in the market engagement exercise. The FCDO are looking for Contractors with experience in this specialist field and with a proven track record of projects dealing with key critical infrastructure of this nature and this scale. Case studies and in-house technical expertise will need to be demonstrated in terms of scale, technology and similar critical environments (e.g. financial, Government, or data centre)",
                "status": "planned"
            },
            {
                "id": "2",
                "title": "DRUPS replacement - Hanslope Park, Milton Keynes",
                "description": "Resilience of power supply to Hanslope Park (HSP). The operation of all the departments and services located at HSP requires electrical power for the most critical of systems to be provided without interruption. This project seeks to change the existing DRUPS critical electrical infrastructure to: * A BESS system that provides stored power to the NO BREAK assets via battery technology. * A diesel generator that provides power to SHORT BREAK & NO BREAK assets power demands * Install 2 new 11kV switchgear panels with modern intelligent controls. The existing main electrical building will be extended. * New mechanical cooling provided to the four main data rooms in building 38 with free cooling for energy savings. The works involve the removal of existing DRUPS and the replacement of them with traditional diesel generators and battery energy storage system's (BESS) along with the supporting cabled infrastructure, fire protection & detection, mechanical cooling services, PLC control and monitoring system. Additionally, a new 11kV central facility will be constructed and installed as part of these works, and a new critical cooling system to one of the data centre buildings on campus Activity to Date Based on the primary and critical recommendations of an initial condition assessment, a feasibility study was conducted in April 2021 as a follow-on activity from the initial electrical infrastructure assessment. Within this feasibility exercise was an intrusive load assessment of the key power nodes of the site to ascertain the sizing requirements of the additional generator and support systems. An initial stage 3 design was completed in June 2022 based on the recommendations of the preceding feasibility study. A peer review was then conducted by FCDO MEP leadership team, following this peer review the design was then updated to incorporate the comments made to enhance the central 11kV switchgear and central generator provision. Design to RIBA stage 3 on this revised scheme has now been completed. The procurement of the Contractor will be a Restricted above threshold tender procedure. We are exploring options to run the procurement as a 'lotted' structure and have the market bid for one or both projects. The recommended route to market is a 2 stage Design and Build from RIBA 4 onwards. These aspects of the project will be further explored in the market engagement exercise. The FCDO are looking for Contractors with experience in this specialist field and with a proven track record of projects dealing with key critical infrastructure of this nature and this scale. Case studies and in-house technical expertise will need to be demonstrated in terms of scale, technology and similar critical environments (e.g. financial, Government, or data centre)",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51110000",
                        "description": "Installation services of electrical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51112000",
                        "description": "Installation services of electricity distribution and control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51120000",
                        "description": "Installation services of mechanical equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "King Charles Street, London, SW1A 2 AH"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51110000",
                        "description": "Installation services of electrical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51112000",
                        "description": "Installation services of electricity distribution and control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51120000",
                        "description": "Installation services of mechanical equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Hanslope Park, Milton Keynes, Buckinghamshire, MK19 7BH"
                },
                "relatedLot": "2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-07-10T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-131",
            "name": "Foreign Commonwealth and Development Office",
            "identifier": {
                "legalName": "Foreign Commonwealth and Development Office"
            },
            "address": {
                "streetAddress": "King Charles Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1A 2AH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jon Meadows",
                "telephone": "+44 2070080932",
                "email": "Jon.Meadows@fcdo.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.gov.uk/fcdo/",
                "buyerProfile": "https://fcdo.bravosolution.co.uk/",
                "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": "01",
                        "description": "General public services"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-131",
        "name": "Foreign Commonwealth and Development Office"
    },
    "language": "en"
}