Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Transport
London
UK
E-mail: Elaine.Teoh@mcga.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-transport/about/procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://dft.app.jaggaer.com/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://dft.app.jaggaer.com/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other: Maritime Policy
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
IMO Lighting & BMS 2025 (Rear Wings)
II.1.2) Main CPV code
45453100
II.1.3) Type of contract
Works
II.1.4) Short description
The IMO Lighting & BMS Works 2025 (Rear Wings) includes:
1. Replacement of the existing lighting control system and light fittings with LED, including associated final design coordination, across the rear wings of the Ground, First, Second, and Fourth floors.
2. Replacement of existing fan coil unit controllers on the fourth floor including all the necessary ancillaries, the work includes:
- Undertake full detail design of all necessary modifications to existing control systems
- Supply and install new outstation controllers within riser control enclosures
- Supply and install new fan coil unit controllers and associated sensors
- Modify BMS head end to fully incorporate new controllers
We are looking for a Principal Contractor to deliver the full work package.
It is vital that validations for the lighting upgrades areas are undertaken promptly after contract award due to material lead-times. Delays in this process may impact the project schedules.
The Department has been undertaking a phased upgrade programme for the replacement of obsolete FCU controllers. To date, the programme is approximately 50% complete and all upgrades have been undertaken Knight Controls Limited, who are also the incumbent maintenance contractor.
Tenders from alternative controls specialists will be accepted, however the contractor should provide relevant case studies demonstrating similar projects and experience with Siemens BMS Installations. This will require approval from the Project Manager prior to appointment
The provisional timetable for this procurement is:
13 Jan 25 – Tender goes live
w/c 27 Jan 25 – Site Visits
Noon on Monday 10 Feb 25 – Tender deadline
w/c 10 Mar 25 – DfT Issue of intention to award
w/c 24 Mar – Contract Award
April – Validations on site by appointed contractor
July – August 25 – Works on site, London
If you are interested in this opportunity:
1. Register for a Jaggaer account: https://dft.app.jaggaer.com/web/login.html
2. Once you have a Jaggaer account, click through to:
tender_6854 - IMO Lighting & BMS 2025 (Rear Wings)
itt_2471 - IMO Lighting & BMS 2025 (Rear Wings)
3. Book a site visit at the IMO, 4 Albert Embankment, SE1 7SR by emailing Alex.Barnes@atkinsrealis.com cc Elaine.Teoh@mcga.gov.uk - please indicate dates and two hour slots in which you will be available to attend.
4. With the exception of arranging site visits, please use the messaging function on the Jaggaer Portal for all other queries. Please note that the Portal sends automated notifications to alert suppliers of new messages. These will come from noreply@jaggaer.com and may appear in your Junk folder.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
31211110
31600000
39717000
48000000
50000000
50700000
50710000
50800000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
London
II.2.4) Description of the procurement
Service Works
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
28/07/2025
End:
29/08/2025
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-039176
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
10/02/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Department for Transport
London
UK
VI.5) Date of dispatch of this notice
14/01/2025