Open tender

Published

RA355744 - Firewater Pump Replacement

8 suppliers have saved this notice.

Looks like a fit? Save this tender and qualify it in Stotles

Close date

2026-01-26

Description

Please note that this advert is for pre-tender market engagement only. Tender is scheduled to be Published via the Delta eSourcing Platform on the 26th of January 2026. Please email Lewis.atkinson@londonenergyltd.com to declare interest and to be included in the tender invite when it is published. A breif description of Scope below. Please find full spec attached. 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. 5. Starter Panel: o Must be redesigned to include: ? Control voltage protection and Primary voltage protection (a number of appropriately rated fuses for the control voltage and a suitable sized MCCB with thermal or CT overload). ? Motor protection. o Design and component selection to be carried out by the LEL E&I technician in collaboration with the contractor. o Design documentation and SIL certification to be provided. 6. Test Fire Pump Panel: o To be modified by the contractor to incorporate jockey pump activation based on header low pressure. o Jockey pump to have its own pressure switch independent of the Test Fire Pump Panel, which will need to include a cable from the Jockey Pump Starter Panel to the position of the new Pressure Switch to be selected, designed and installed by the contractor. 7. Pump initiation board: o A pump initiation board is to supply in accordance with BS EN 12845. Pump initiation boards are designed to allow the initial setting and testing of sprinkler system pump initiation pressure switches in compliance with BS EN 12845. Each main pump has two pressure switches and jockey pumps have a single switch. The pressure switches can be isolated so that its function and cut-in pressure can be verified during system servicing. The special arrangement of ball and check valves means that even if all switches are isolated, a drop in system pressure will still initiate pump operation. As an additional safety measure, lockable ball valves are used to reduce the risk of them being accidentally closed. 8. Integration: o The jockey pump must be fully integrated into the DCS system by the selected contractor. o Signals required from the jockey pump to DCS include "Tripped" signal in line with other alarm terminology. F) DCS and SCADA Integration DCS and SCADA Specifications The selected contractor is responsible for designing and implementing integration of the fire pump system with the DCS/SCADA system. 1. All alarms (visual and audible) must be replicated in the SCADA interface. 2. Fire pump status (running, faults, etc.) must be visible in the CCR SCADA graphic interface, which is to be developed by valmet. 3. Remote start/stop and fault status for: • Jockey pump and Fire pumps must be available on SCADA (No requirement for a remote "Start/Stop" signal from DCS for the jockey pumps). 4. All SIL-rated instruments must be specified and documented by the contractor. 5. Fire pump header pressure is to be displayed in SCADA, integrated via the graphic interface. 6. All communication cabling must be specified by the contractor. 7. Any I/O racks required must be specified and integrated by the contractor . 8. PLC panels and I/O racking: • Specified and installed by the contractor. • All terminations to be completed by the contractor. 9. PLC Logic and Design: • Must be reviewed and approved prior to commissioning • Two new 12-core cables conforming to LPC Technical Bulletins 210 and 236 (TB210 and TB236), are to be routed via existing cable tray from Alarm Panels 1 and 2 to the "Central Gauge Board De-Min Control Panel" in the Turbine Hall. 10. Existing spare DCS Valmet I/O slot 8,16 Digital Input Card: • Wire numbers 720017 to 720032,are to be utilised for SCADA connections. G) Contractor Responsibilities - Electrical 1. Decommissioning Work To be performed by the selected contractor: • Verifying circuits are de-energised ("prove dead") • Removal of redundant cabling from existing firewater pumps and panels • Removal of obsolete or unsuitable cable trays, containment systems, and ancillary fixings as required 2. Installation and Terminations The selected contractor will be responsible for the installation and termination of cabling and equipment, including: • Installation of new repeater panels as per specifications • Installation of junction boxes at the firewater pump locations to accommodate signal interconnections • Installation of cable tray systems near firewater pump sets for proper containment and support of cables o All tray work to be galvanised and painted with galvanised spray at cut ends and properly earth bonded. o Metal Cable Ties to be applied in all instances • Termination of cables between: o New repeater panels o Battery panels o New junction boxes • All local control panel terminations • Installation of cable between the jockey pump and the new junction boxes at the fire pumps to accommodate a "Tripped" signal back to the DCS. • End-to-end testing of all new and existing circuits and cables to ensure compliance and functionality. • Earthing Design to be submitted as part of the tender submission. Cable Containment: This section outlines the cable containment requirements for the project. 1. For the two cables running from the alarm panels in the Turbine Hall to the junction boxes at the fire pumps, the selected contractor is to: o Calculate the appropriate cable tray sizing. o Assess and communicate any requirement for scaffolding for installation. 2. For the 240V supply cables from the designated Power Distribution Boards to each fire pump: o The cable trays must be installed suspended due to the inaccessibility and hazards associated with the existing ducting (e.g. lifting metal covers and accumulated sediment). o All installation work to be carried out by the selected contractor. 3. For the cables between the junction boxes and the relay/start push-button stations on the Mezzanine Floor: o Suspended cable trays are also required and must be calculated and installed by the contractor. 4. Additional ancillary tray work must be measured and installed for: o Other control and power cables (e.g., 35mm² tri-rated cables) routed between the control panel frames and fire pumps. o This work is to be carried out by the selected contractor(s). Diesel Day Fuel Tank Control This section specifies the fuel tank overfill protection system for the diesel day tanks. 1. To prevent overfilling, the system shall include: o A High-High Level Float Switch installed on the existing new tank, and o A Solenoid Isolation Valve on the gravity-fed fuel inlet lines. 2. The control philosophy follows a fail-safe design: o Upon detection of a high-high fuel level, the float switch signals the solenoid valve to close, preventing overflow. o Once the fuel level drops to a predefined safe level, the float resets, re-energising the solenoid valve to reopen, resuming normal operation allowing the operations to manually fill the Day Tanks. 3. This automatic level regulation: o Prevents spillage, o Ensures environmental compliance, o Aligns with critical fuel system safety standards. 4. The high-high level condition shall be annunciated on the control panel. o Additional cables and electrically controlled equipment (solenoids and valves) shall be selected and precured by the contractor. o Integration into DCS to be completed by valmet. Battery Control Panels This section outlines requirements for the Battery Control Panels associated with each fire pump. 1. Two Battery Isolation Control Panels are to be mounted to the frames of the fire pump control panels. Additionally, two junction boxes are to be mounted on each fire pump control panel. 2. From each battery pack, two 35mm² tri-rated cables are to be routed: o To the battery isolation panels, o Then to the fire pump terminals for solenoids (for "Auto" and "Manual" start functions), o Including earth connections. 3. Two new 240V supplies cables are to be installed: o From the designated power distribution boards to each fire pump control panel. 4. One cable is to be routed: o Between the junction boxes and the battery isolation panels on each fire pump. H) Contractor Responsibilities - Mechanical 1. Decommissioning Work To be performed by the selected contractor: • Verifying stored energy for any pipework removal has been completed by LEL • Removal of redundant pipework and fittings from existing firewater pumps & making good • Removal of existing pumps and diesel drivers and any ancillary fittings as required 2. Installations The selected contractor will be responsible for the installation of the following equipment, including: • Installation of two new pumps: : SPP TD15A Horizontal Split Case Pump coupled with Matched Diesel Engines and Combined Diesel Tanks. • Installation of one new Jockey pump and Electric Motor: Discharge Jockey Pump pressure to maintain fire ring main at max 7 bar. Suction pressure will be Plant Auxiliary Cooling Water Pump Suction pressure. Pipework Tie-In's will be site run to existing Firewater Pump suction and discharge pipework local to the pump. • Installation of new jockey pump valves (Zurich will come in to check required valve spec): o x1 Inlet valve o x1 Outlet valve o x1 Drain valve o x1 Vent valve o x1 NRV • Existing isolation valves to be used for original fire pump sets. Timeline for Installations, commissioning and handover (including drawings and training) to be completed by selected contractor. Firewater Pumps: This section outlines the mechanical required works for the firewater pumps. 5. Diesel - Supply, isolation standard (Additional valves required), protection, control and instrumentation. Use SPP W00-003E installation specification. o Use SPP W00-003E installation specification. 6. Engine Exhaust - Contractor to determine whether existing exhaust system is suitable for SPP Diesel Engine specification. 7. Suction/Discharge Pipework - Field run into existing firewater pump pipework and compliant with [ASME B31.3.]. ASTM A106/B Sch 40 with fittings and Flanges compliant with existing pipework. 8. Pipe fittings and supports - Compliant with BS EN 12845 9. Painting - Any new pipework to be prepared with x2coats of primer and x2coats of red gloss. 10. Civils and structural - Contractor to determine new footprints, ensuring compatibility of existing plinths for gross weights, to accommodate seating of new pumps. Jockey Pumps: This section outlines the mechanical required works for the jockey pumps 1. Suction/Discharge Pipework - Field run into existing jockey pump pipework and compliant with [ASME B31.3.]. ASTM A106/B Sch 40 with fittings and Flanges compliant with existing pipework. 2. Civils and structural - Contractor to determine new footprints, ensuring compatibility of existing plinths for gross weights, to accommodate seating of new pumps. 3. Pipe fittings and supports - Compliant with BS EN 12845 4. Painting - Any new pipework to be prepared with x2coats of primer and x2coats of red gloss - To access this competition: login to https://suppliers.multiquote.com and view the opportunity RA355744. Not registered on MultiQuote - visit https://suppliers.multiquote.com then register and quote RA355744 as the reason for registration. Any queries please contact MultiQuote on 0151 482 9230.

Unlock decision maker contacts.

Never miss a tender again

Get alerts, AI summaries and tools to qualify faster

Explore similar pre-tenders, open or awarded contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

City of York Council

Published 17 hours ago

Aberdeen City Council

Published 17 hours ago

BOOTHBY WILDLAND LIMITED

25,000 GBP

Published 17 hours ago

Argyll and Bute Council

Published 4 days ago

Wolverhampton City Council

Published 4 days ago

Blackpool Council

25,000 GBP

Published 4 days ago

Barnsley Metropolitan Borough Council

Published 5 days ago

Explore top buyers for public sector contracts

Discover open tenders, contract awards and upcoming contract expiries of thousands of public sector buyers below. Gain insights into their procurement activity, historical purchasing trends and more.

Explore over 15,000 buyers

Sign up to the Stotles Tender Tracker for free

Find even more contracts with advanced search capability and AI powered relevance scoring.