Planning

Lighting and Power Distribution System (LAPDS)

  • Ministry of Defence

F16: Prior information notice for contracts in the field of defence and security

Notice identifier: 2021/S 000-026204

Procurement identifier (OCID): ocds-h6vhtk-02edc9

Published 19 October 2021, 10:45pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence

‘Elm 1C, #4140, DE&S, MOD Abbey Wood, Bristol BS34 8JH, United Kingdom

Bristol

BS34 8JH

Contact

Thomas.neill103@mod.gov.uk

For the attention of

Thomas Neill

Email(s)

Thomas.neill103@mod.gov.uk

Country

United Kingdom

Further information

Further information can be obtained from the above mentioned contact point(s)

one.2) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

one.3) Main activity

Defence

one.4) Contract award on behalf of other contracting authorities/entities

The contracting authority/entity is purchasing on behalf of other contracting authorities/entities:

No


Section two: Object

two.1) Title attributed to the contract by the contracting authority/entity:

Lighting and Power Distribution System (LAPDS)

two.2) Type of contract and location of works, place of delivery or of performance

Supplies

two.3) Information on framework agreement

The notice involves the establishment of a framework agreement: No

two.4) Short description of nature and scope of works or nature and quantity or value of supplies or services

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

Lots

This contract is divided into lots: No

two.5) Common procurement vocabulary (CPV)

  • 31161900 - Voltage-control systems

Additional CPV code(s)

  • 31681400 - Electrical components

two.6) Scheduled date for start of award procedures and duration of the contract

Scheduled date for start of award procedures: 8 April 2022

Duration in months: 24 (from the award of the contract)

two.7) 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?


Section six: Complementary information

six.1) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: No

six.2) Additional information

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.