Vil du afgive tilbud på offentlige udbud? Se vores TaaS-service til forberedelse af udbud
Udbud

Fire Water Pump Replacement

Lukket

Fristen for indsendelse er overskredet

Fristen for indsendelse af dette udbud er overskredet, og der modtages ikke længere ansøgninger. Oplysningerne nedenfor er gemt til referenceformål.

Gennemse aktive udbud
Frist
Udløbet
Marts 13, 2026
Kontrakt detaljer
Kategori
Open Procedure
Reference
005623-2026
Værdi
£300,000
Lokation
Outer London - East and North East, Storbritannien
Udgivet
April 19, 2026
Organisation
CPV-kode
Projekttidslinje

Udbud offentliggjort

Januar 22, 2026

Frist for spørgsmål

Marts 06, 2026

Frist for tilbud

Marts 13, 2026

Kontraktens startdato

April 19, 2026

OrdregiverindsigtPRO
🔒
Lås op for ordregiverindsigt
Se forbrugsmønstre, foretrukne procedurer og mere.
Opgrader til Professionel →
Budget
£300,000
Varighed
13 måneder
Lokation
Outer London - East and North East
Type
Open Procedure
37
Kvalitetsscore/100
Kræver forbedring

Original udbudsbeskrivelse

Please email lewis.atkinson@londonenergyltd.com to declare interest A) Introduction LondonEnergy Ltd (The Company) own and operate the EcoPark Energy Centre located in Edmonton, London. The Energy Centre has five boilers burning approximately 500,000 tonnes of domestic refuse per year in a continuous 24-hour operation, 7 days per week. The waste is delivered by road via the weighbridges/gate house by various types of transport. The waste is tipped and held in storage bunkers. Waste is fed by three 5m3 grabbing cranes from the storage bunkers to the feed chutes of each boiler. Each of the water tube boilers is operated to achieve an evaporation rate of 40 tonnes per hour, at a steam pressure of 41.5 Bar and temperature of 415 OC. Material which remains after the incineration process is transferred to the residual conveyors for onward transfer for further treatment and recycling. Within the EcoPark, there is a firewater ring main system consisting of: 1) 2 x Firewater Pumps 2) 1 x Sprinkler Header with level control (float switch start) 3) 1 x Fire Water Ring Main (with pressure-controlled start capability) 4) 40 x Isolation Valves 5) 18 x Fire Hose Points 6) 18 x Fire Hose Connections 7) 20 x Fire Hydrants 8) 1 x Crossover Pipeline (for pressure compensation - to be decommissioned and replaced with the jockey pump) The Eco Park Firewater Pump Project aims to install two new diesel firewater pumps and integrate them with the London Energy DCS system. This will enhance the control, monitoring, and visibility of the fire protection system compared to the currently installed setup. Additionally, a new jockey pump will replace the existing crossover system to maintain pressure in the Firewater Ring Main. In addition to the installation of two new firewater pumps and a jockey pump, this project requires enhanced visual, audible, and control capabilities. All components and alarms must be integrated with the SCADA system, ensuring seamless monitoring and control. B) Project Scope 1) Replace the existing firewater pumps with two new diesel driven firewater pumps. Disconnection of the existing cables from the current firewater pumps and re-termination into the new firewater pump panel. Extending the existing cables via a JB or cable joint. Installation of any additional cables (to be specified and installed by the contractor). 2) Select, procure and install a new jockey pump to maintain Ring Main pressure. Installation of any additional cables (power and control) for the jockey pump. 3) Upgrade repeater panels to communicate all alarms and faults to the SCADA system. 4) Implement DCS-based control and monitoring of the firewater pumps and jockey pump through SCADA. 5) All technical documentation and drawings are to be provided to LEL by the selected contractor for upload to the London Energy SharePoint, by LEL. C) Control Specifications This section outlines the existing control and installation configurations, as well as the required upgrades. Existing Control and DCS Specifications (Electrical): • Auto Start: Currently initiated via the "Firewater Pump Test Panel" located on the turbine mezzanine level and from the Sprinkler Header Level Switch. • Manual Start: Operated through local control panels at each pump and at various push buttons throughout site. Manual stop is only available via the engine choke on the diesel engine. • Indications Available: o Pump running o Battery circuit healthy o Battery charger healthy o Pump on demand o Fail to start o Low oil pressure o High water temperature o Lamp test o Alarm acknowledgement All above indications are repeated on remote repeater panels located in the Turbine Hall (East end). • Audio and visual alarms: Present on both local and remote panels. • No current control or status indication is available in the CCR via SCADA Fault Indication and Alarms (Current Local Control Panel): o High water temperature o Low oil pressure o Battery charger failure o Battery circuit failure o Fail to start o Pump on demand o Alarm acknowledgment o Repeater panels provide remote visual and audible alarms. o The local test panel enables auto start/stop of firewater pumps o No current DCS connectivity or SCADA monitoring of pump operation Fault Indication and Alarms (New Local Control Panel to be installed): The new firewater pump control panel (provided by SPP Pumps) will use a volt-free contact for a common fault alarm. Individual alarm indications will be shown locally via the HMI. Features include an integrated PCB board with volt-free contacts and designated inputs, dual 10A battery chargers and 12V DC batteries for ignition coil and motor starter. Alarm and Status Indications: o Not in Auto Mode o Pump Running o Pump on Demand (via Float, Pressure or Manual Start request) o Failed to Start o Mains Supply Failure o High Water Temperature o Low Oil Pressure o Low Engine Cooling Water Flow o Low Fuel Level o Low Engine Temperature D) New Control Specifications This section outlines the specifications for the new firewater pump control system to be installed by the selected contractor, including all hardwired electrical requirements, the selected contractor is expected to incorporate the existing manual and automatic start functions. New Control System Specifications: 1. Auto/Remote Start Auto or remote start will be initiated from the Firewater Pump Test Panel. Interconnections required to enable this function are shown in the associated project drawings. o All interconnection work will be carried out by the selected contractor. 2. Manual Start Manual start shall be initiated locally via push buttons installed on the new control panel at each firewater pump. These panels include an integrated HMI display. 3. Local Indication and Fault Display The new control system shall provide local indication of the following conditions via LEDs installed on the new repeater panels. o Pump Running o High Water Temperature o Low Engine Temperature o Low Cooling Water Flow o Remote Start Active 4. Repeater Panel Signal Integration Pre-existing repeater panel cables will be reused. These will be terminated in the new repeater panels, which will display: o Pump Running o Fault Alarm o Not in Auto Mode o Pump on Demand o Mains Failure o Failed to Start Interconnection between the new firewater pump control panel and repeater panels will be made using an IP67-rated polycarbonate junction box, installed locally at the new firewater pump. o All terminations will be completed by the selected contractor 5. Repeater Panel Construction Repeater panels will be built on-site by a LEL-specified technician. o All components must comply with the appropriate SIL (Safety Integrity Level) as defined by selected contractor. 6. SWA Cable - Mezzanine Floor A single 3-core cable, conforming to LPC Technical Bulletins 210 and 236 (TB210 and TB236), shall be routed between the junction box and the relay/start push-button station on the Mezzanine Floor for each firewater pump shall be installed by the contractor. 7. SWA Cable - Firewater Pump Control Panel A single 19-core SWA cable conforming to LPC Technical Bulletins 210 and 236 (TB210 and TB236), shall be routed between the junction box and the control panel on each firewater pump. 8. Sirens Existing orange mineral-insulated cables for the sirens on Panel 1 and Panel 2 must be reinstalled on top of the new control panels. 9. A LPCB flow meter is to be provided and installed in accordance with LPC rules (technical bulletins) incorporating BSEN12845, with an integral "self-test" return loop for both pumps. Existing Repeater Panel - Indications and Installation (Turbine Hall): Current repeater panels provide the following indications: 1. High Water Temperature 2. Low Oil Pressure 3. Battery Charger Failure 4. Battery Circuit Failure 5. Fail to Start 6. Pump on Demand 7. Alarm Acknowledgement 8. Visual and audio alarms for remote fault indication 9. Local Test Panel for auto start/stop control No DCS or SCADA connectivity for pump status or alarms New Repeater Panel - Indications and Installation (Turbine Hall): 1. Common Fault Alarm - Visual and audible indication 2. Not in Auto Mode 3. Failed to Start 4. Pump on Demand 5. Pump Running 6. Mains Failure Full DCS/SCADA Integration - All alarms and remote start/stop functions to be extended to SCADA, existing cabling will be reused for connectivity between new firewater pump control panels and repeater panels, Sirens to be reinstalled on top of new control panels E) Jockey Pump Specifications This section outlines the installation requirements for the jockey pump, including electrical, control, and mechanical specifications 1. Decommissioning: o Two "Dust Extraction Pump Discharge" pumps are to be disconnected, removed, and associated cables made safe. 2. Installation: o A Jockey Pump will be installed in place of the "TY192 Dust Extraction Pump Discharge" pump. o Jockey pump to replace cross over pipeline for pressure compensation. Installation to be carried out by the selected contractor. 3. Electrical Supply: o A new 415V 3-phase supply is required. o One of:  4-core Conforming to LPC Technical Bulletins 210 and 236 (TB210 and TB236), or  3-core with bare copper earth, Conforming to LPC Technical Bulletins 210 and 236 (TB210 and TB236), from an appropriate designated distribution board. Location to be determined by contractor. o A lockable isolator must be installed near the jockey pump on a suitable stand. The appropriate loading and size of the jockey pump motor to be designed, selected, procured, installed and commissioned by the contractor. 4. Pump Specification: o The motor nameplate details must be provided to the E&I technician. o Final pump sizing is to be determined by the selected contractor.

Risikoanalyse

Risikoanalyse er endnu ikke tilgængelig for dette lands udbud. I øjeblikket understøttet: Estland, Letland, Litauen, Polen, Frankrig, Storbritannien, Danmark, Holland, Norge og Finland.

Vinderstrategi

Få en AI-drevet vinderstrategi skræddersyet til dette udbud. Inkluderer sandsynlighedsscore for at vinde, vigtige muligheder og udfordringer, anbefalede fokusområder for tilbuddet, indsigt i konkurrencepositionering og handlingsrettede anbefalinger for at maksimere dine chancer.

Log ind

Konkurrenter

Opgrader for at se, hvilke virksomheder der sandsynligvis vil afgive tilbud på dette udbud, baseret på historiske indkøbsdata.

Log ind

Krav og kvalifikationer

1 krav på tværs af 1 kategorier

Obligatorisk (1)
MANDATORY EXCLUSION GROUNDS1
--None explicitly mentioned in the provided tender information.

Forhåndsvisning af Krav

Tilmeld dig for at se komplette krav og analyser

Dokumenter

3 dokumenter tilgængelige med AI-resuméer

OCDS RecordDOC
005623-2026_ocds_record.json

This document outlines LondonEnergy Ltd's project to replace existing firewater pumps, install a new jockey pump, and integrate the enhanced fire protection system with their SCADA/DCS at the EcoPark Energy Centre, requiring comprehensive design, procurement, installation, and commissioning services.

Vis
OCDS Release PackageDOC
005623-2026_ocds_release.json

This document outlines the technical specifications for upgrading LondonEnergy Ltd's EcoPark firewater system, including replacing diesel pumps, installing a jockey pump, and integrating all components with the SCADA/DCS for enhanced control and monitoring.

Vis
Official PDF VersionPDF
005623-2026_official.pdf

This document details the technical specifications for replacing existing firewater pumps with new diesel-driven units, installing a jockey pump, and integrating the entire fire protection system with the London Energy DCS/SCADA system at the EcoPark Energy Centre.

Vis

Forhåndsvisning af Dokumenter

Tilmeld dig for at se dokumentresuméer og analyser

37
Kræver forbedring

Udbudskvalitetsscore

This tender exhibits significant deficiencies across legal compliance, clarity, completeness, and fairness, primarily due to missing critical information and a potentially tailored requirement. The lack of e-submission and sustainability focus further detracts from its overall quality.

Scoreopdeling

Overholdelse af lovgivning35/100

The tender lacks mandatory exclusion grounds and explicit evaluation criteria, which are fundamental legal requirements. Procedure codes are missing, and the non-standard 'email to declare interest' process raises questions about compliance with modern procurement mandates.

Missing mandatory exclusion grounds
Missing evaluation criteria
Klarhed40/100

While the technical description is detailed, it abruptly cuts off. Crucially, the tender completely lacks specified evaluation criteria and clear submission requirements, making it difficult for potential suppliers to understand how to prepare a compliant and competitive offer.

No evaluation criteria specified
Description cuts off abruptly
Fuldstændighed35/100

The tender is incomplete in several critical areas, including the absence of mandatory exclusion grounds, evaluation criteria, and a full description of the 'New Control Specifications'. Only technical specification documents are provided, lacking administrative instructions or a draft contract.

Missing mandatory exclusion grounds
Missing evaluation criteria
Retfærdighed25/100

The explicit mention of 'SPP Pumps' for a new control panel component is a significant concern, suggesting potential tailoring to a specific brand without justification, which severely restricts competition. The absence of clear evaluation criteria and lack of e-submission further undermine transparency and equal access.

Specific brand mention ('SPP Pumps') without justification, indicating potential tailoring
No evaluation criteria specified
Praktisk anvendelighed45/100

The tender does not support electronic submission, which is a significant practical drawback in modern procurement. The requirement to 'email to declare interest' is less efficient and transparent than a dedicated e-procurement portal.

No electronic submission supported
Reliance on email for declaring interest
Datakonsistens60/100

There are inconsistencies such as 'Value Classified: Yes' contradicting the disclosed estimated value. Several key fields like 'Liable Person', 'Type Code', and 'Procedure Code' are missing, and the description cuts off abruptly.

Contradictory 'Value Classified' status
Missing key fields (Liable Person, Type Code, Procedure Code)
Bæredygtighed20/100

The tender makes no mention of any green procurement aspects, social considerations, or innovation focus, indicating a complete lack of integration of sustainability principles into the procurement process.

No green procurement criteria
No social criteria

Styrker

Clear technical description of the project scope
Estimated value and contract duration are specified
CPV code and NUTS code are provided
Documents are available (though content is limited)

Bekymringer

Missing mandatory exclusion grounds and evaluation criteria
Potential tailoring of requirements (specific brand mention)
No electronic submission and non-standard interest declaration
Incomplete tender description and lack of administrative documents
No sustainability considerations

Anbefalinger

1. Publish a comprehensive tender document including mandatory exclusion grounds, detailed evaluation criteria, and full administrative instructions.
2. Remove specific brand mentions or provide robust justification for proprietary requirements to ensure fair competition.
3. Implement a formal e-procurement platform for submission and communication to enhance transparency and efficiency.

Forhåndsvisning af AI-scoring

Tilmeld dig for at se komplette krav og analyser

Komplet analyse af kvalitetsscore
Detaljeret opdeling af underscores
Indsigter i styrker og bekymringer
Strategiske anbefalinger

Intet kreditkort krævet • Opsætning på 2 minutter

Tilføj til pipeline