By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Repair/Refurbishment of Oil Storage Tank K1.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

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

AES Kilroot Power Limited
Kilroot Power Station, Larne Road
For the attention of: Paul Robinson
BT38 7LX Carrickfergus
UNITED KINGDOM
Telephone: +44 2893381251
E-mail:
Fax: +44 2893381236

Internet address(es):

General address of the contracting entity: www.aes.com

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

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Main activity
Electricity
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Repair/Refurbishment of Oil Storage Tank K1.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: AES Kilroot Power Limited, Kilroot Power Station, Larne Road, Carrickfergus, County Antrim, Northern Ireland BT38 7LX.

NUTS code UKN03

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Repair/Refurbishment of an Oil Storage Tank built in the mid to late 1970's to BS 2654 which is currently being used to store heavy fuel oil (HFO). The tank is 60m diameter x 14m high with a 40,000 cubic metre capacity. It is of a fixed cone roof design with a slope of 1 in 5 and a raised cone floor with a slope of 1 in 20.
The tank will be handed over to the successful contractor in a clean state and is currently being inspected to API 653/EEMUA 159. The contractor will be issued with a full report detailing the extent of the repairs upon handover and will be expected to repair the tank to EEMUA 159/ API 653 or equivalent European standard.
The Applicant and/or consortium members must be able to provide/carry out the following:
Scaffolding required for carrying out the necessary repairs as well as any temporary structures used to maintain the structural strength during the repair work;
Repairs to the roof, shell and annular floor as specified in the inspection report;
Repairs to the access stairs, platforms and handrails;
Replacement of nozzles, steam coils and connecting pipe work;
Non destructive testing (NDT) of welding;
Hydrostatic testing of repaired tank;
Installation of lighting and instrumentation;
Full documentation pack including records of all repairs;
Design calculations for all repairs, new nozzles/tank fittings and temporary structures.
The estimated value of the contract is between GBP 800k to GBP 1200k.
II.1.6)Common procurement vocabulary (CPV)

50514000, 50514100, 50510000, 50500000, 44611410

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT
Range: between 800 000 and 1 200 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting entity reserves the right to require bonds, deposits, guarantees or other appropriate forms of undertaking or security to secure proper performance of the contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The payment terms and details of the form of contract shall be provided in the Invitation to Tender documentation to be issued to those applicants who qualify for the tendering stage of the competition.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contacting entity reserves the right to require groups of economic operators to take a particular legal form upon contract award or to require that one party has primary liability or to require each party to be jointly and severally liable. The contracting authority also reserves the right to require bonds, deposits, guarantees, collateral warranties or other appropriate forms of undertaking or security to secure proper performance of the contract.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants (and consortium members, if any) shall be assessed in accordance with Part 4 of the Utilities Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/17) - including but not limited to Regulation 26 thereof - on the basis of information provided in response to the Pre-Qualification Questionnaire documentation (which is available from the contact point referred to above). Completed Pre-Qualification Questionnaire Documents are to be submitted to the contracting entity by the date specified in Section IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants shall be assessed in accordance with Part 4 of the Utilities Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/17) - including Regulation 27 thereof - on the basis of information provided in response to the Pre-Qualification Questionnaire Documentation (which is available from the contact point referred to above), and in particular, PQQ Parts C and F thereof. Completed Pre-Qualification Questionnaire Documents are to be submitted to the contracting entity by the date specified in Section IV.3.4.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Applicants shall be assessed in accordance with Part 4 of the Utilities Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/17) - and in particular Regulation 27 thereof - on the basis of information provided in response to the Pre-Qualification Questionnaire Documentation (which is available from the contact point referred to above) and in particular Parts D, G and H thereof. Completed Pre-Qualification Questionnaire Documents are to be submitted to the contracting entity by the date specified in Section IV.3.4.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
Tender Enquiry K2013 - 06 Repair/Refurbishment OST K1.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: ..
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
23.12.2013 - 17:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:

A Pre-Qualification Questionnaire will be provided through the AES procurement website. Applicants must request a password and username for access to the website. The request for a password and username should be addressed in writing to the Procurement Manager at AES . as per details provided in Section 1.1 of this notice.

All information must be completed and returned as instructed in the Pre Qualification Questionnaire and Information Memorandum. The response will be assessed as outlined in the PQQ and Information Memorandum.
Re II.2.1 above, this is an estimated range only. The contracting entity reserves the right to award a contract for a higher or lower amount.
Re IV.3.4 above, requests to participate (i.e. completed pre-qualification documents) should be submitted to Paul Robinson, Kilroot Power Station, Larne Road, Carrickfergus, Northern Ireland, BT38 7LX.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting entity will commence standstill period at the point information on the award of the contract is communicated to tenderers. That notification will contain the information specified in Regulation 32 of the Utilities Contracts Regulations 2006 (as amended). Pursuant to Regulation 45D, legal proceedings must generally be started within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen, although a Court can extend the period for bringing proceedings to up to 3 months (after the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) where the Court considers that there is a good reason for doing so. A longer limitation period of 6 months can apply to any claim for a declaration of ineffectiveness (although this can in certain circumstances, specified in the Utilities Contracts Regulations 2006, be reduced to 30 days). The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2006 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court of Northern Ireland.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
17.11.2013