Woolwich Ferry Engines replacement

Open

Buyers

Value

£175,000

Classifications

  • Mechanical installations
  • Repair and maintenance services of ships
  • Installation services of marine engines

Tags

  • tender

Submission Deadline

2 weeks from now

Published

1 week ago

Description

Transport for London is seeking a supplier to replace engines on the two Woolwich Ferry vessels, which are equipped with two type QSK-19DM Tier II Cummins engines (4 engines in total).
In line with current projected running hours, the engines on both vessels will be replaced new-for-old with matching Cummins QSK-19DM Tier II (IMO2) engines in line with existing Class approval (to extend to engine interfaces). This Invitation to tender is seeking to find a suitable supplier to replace the new-for-old engines on the vessels.
The Cummins QSK-19DM Tier II (IMO2) engines have been procured outside of this requirement and will be delivered to Woolwich in December 2025.
To NOTE:
The contract value for this procurement is below the relevant Procurement Act 2023 threshold, therefore this procurement is not subject to the prescribed procurement processes. The purpose of this notice is to notify interested parties to bid for this opportunity. Further instructions regarding the procurement process can be found in the Invitation to Tender (ITT) documents.
TfL reserves the right to provide further information or to supplement and / or to amend the procurement process for this ITT.  You enter into this procurement process at your own risk.  TfL shall not accept liability nor reimburse you for any costs or losses incurred by you in relation to your participation in this procurement process, whether or not TfL has made changes to the procurement process.
TfL also reserves the right, at any point and without notice, to discontinue the procurement process without awarding a contract, whether such discontinuance is related to the content of tenders or otherwise.  In such circumstances, TfL will not reimburse any expenses incurred by any person in the consideration of and / or response to this document. You make all tenders, proposals and submissions relating to this ITT entirely at your own risk.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Main Contractors Framework 2026

LSHTM Framework for Main Contractors, to procure works across all campuses of its estate, broken out into the following Lots: Lot 1 – Main Contractor - Carry out construction projects, either as traditional single stage or design and build. Lot 2 – Mechanical, Electrical and Public Health (MEP) Contractor – Predominantly in relation to either large plant replacement, or large scale replacement of for instance light fittings, or distribution pipework but may also cover simple external and internal refurbishment works. With an estimated total value of LSHTM capital projects over the life of the Framework of between £15,000,000 and £63,000,000 GBP based on up to £60,000,000 for lot 1 and up to £3,000,000 for lot 2. These figures cannot in any circumstances be guaranteed and nor should they be taken as a minimum or maximum amount. Typical call-off contract values range from £250,000 - £10,000,000 for lot 1, and £10,000 to £150,000 for lot 2. Please note that refurbishment work in the laboratories is of a highly technical nature, requiring extensive relevant skills and experience. In addition, the refurbishment works generally take place in occupied buildings with other research activities ongoing nearby, requiring careful planning and execution of the works so that no research is interrupted. Due to the criticality of these research activities an ability to react and resource promptly to address technical issues that threaten research continuity is required.

Katy Reed

Published 3 weeks ago
Open

EEM0046 Retrofit, Insulation and Associated Works Framework

Efficiency East Midlands (EEM) are conducting this tender exercise to procure a Retrofit, Insulation and Associated Works Framework to replace our existing Framework which will expire on 3rd April 2026. The Framework will provide EEM Members with a provision for the design, enabling and installation of various types of insulation as described within the tender documents along with all associated works to aid with improving the thermal performance of our membership's property stock. Works delivered via this framework will be to domestic and commercial properties. Domestic properties will typically be consisting of a mixture of domestic housing stock, bungalows, blocks of flats, and sheltered housing schemes as well as garages, and depots and any other building owned and/or managed by our membership. Commercial properties will include but not be limited to business units, office buildings, hospitals and care facilities, academies, schools, colleges, universities, education centres, student accommodation, homes and care facilities for older people, children's homes and centres, community centres, leisure centres and gyms, libraries, pavilions, changing rooms and public toilets, outdoor leisure facilities, car parks, industrial units, depots, and garages. The Framework is being split into the following geographical lots: • Lot 1 - Midlands • Lot 2 - National Coverage Lot 1 is being created to support Members by providing retrofit, insulation and associated works for properties located within the Midlands region. Lot 2 is being created to support Members by providing retrofit, insulation and associated works for properties located across England and Wales. Contractors (and/or subcontractors) must be a Member of a relevant Competent Person Scheme or Trade Association to be awarded a place on the Framework, including this requirement gives our Members confidence that they are appointing competent and compliant contractors. This will include but not limited to: Trustmark Accreditation PAS2030:2023, PAS 2035:2023 and PAS2038:2021 National Insulation Association (NIA), Cavity Insulation Guarantee Agency (CIGA), Solid Wall Insulation Guarantee Agency (SWIGA), Insulation Assurance Authority (IAA) or equivalent MCS Accreditation FENSA or equivalent NICEIC/ECA or equivalent Gas Safety Certification The documents are available on Delta eSourcing from Monday 8th September 2025 with a submission deadline of Monday 8th December 2025. The call-off contract's to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement. Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime. Where the contract notice states a maximum of suppliers to be appointed to the Framework, EEM reserves the right to appoint less than the numbers stated. The Framework is being procured by EEM on behalf of the organisations that have been accepted as authorised users. Authorised users are classed as any current company law member, any future company law members and any user that has been authorised access to the frameworks and other public procurement tools provided by EEM. EEM is incorporated as a company limited by guarantee and is owned and governed by a small number of organisations who make up our 'Company Law Members', all of which are Contracting Authorities in their own right. The Framework Agreements being procured by the procurement exercise begun by publication of the Contract Notice will be entered by EEM as the Contracting Authority which will have undertaken and completed that procurement exercise. Any reference in the Contract Notice or tender documents to Contracting Authority is deemed to be and include a reference to EEM. The organisations entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise begun by publication of the Contract Notice are: Any current EEM Member - being an organisation which is a Company Law Member of EEM at the date of this Contract Notice and being one of the organisations who owns and governs EEM; Any Future Member of EEM, from time to time Company Law Members and the EEM Board may appoint additional organisations to become Company Law Members. All Future Members will also be Contracting Authorities in their own right; and A Framework User - being an organisation who has signed and agreed to the terms of accessing EEM Frameworks and who is authorised to access the frameworks and other public procurement tools provided by EEM. EEM frameworks may accessed by all publicly funded organisations. Frameworks can be used by any organisation that falls in to one or more of the categories listed below and can be identified through the links provided as users in accordance with the Public Contracts Regulations 2015 or the Procurement Act 2023. The list of potential framework users below is not exhaustive of all organisations who can utilise EEM services, access will be granted to any publicly funded organisation. Registered Social Landlords in England and Wales, including but not limited to: 1. Registered Social Landlords in England and Wales, including but not limited to https://www.gov.uk/government/publications/registered-providers-of-social-housing. 2. Local Authorities, including but not limited to England and List of councils in Wales. 3. National Health Service (NHS) bodies including NHS Trusts, foundation trusts, Integrated Care Boards or Partnerships, GP federations and other health and social care providers within England and Wales. 4. All emergency services including Police Forces, fire and rescue departments and emergency medical services. 5. All education establishments including but not limited to, schools maintained by local authorities, academy trusts, colleges, universities and other further education establishments. 6. Registered Charities with a relevant link to the core purpose and services provided by EEM. 7. All other contracting authorities as defined in the Public Contracts Regulations 2015 or the Procurement Act 2023.

Katy Reed

Published 1 month ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete