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

Provision of support services at AES Ballylumford Limited and AES Kilroot Power Limited.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

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

AES Ballylumford Limited and AES Kilroot Power Limited
Ballylumford Power Station, Islandmagee
For the attention of: Paul Robinson
BT40 3RS Larne
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:
Provision of support services at AES Ballylumford Limited and AES Kilroot Power Limited.
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: Multi site contract covering AES Ballylumford Limited, Ballylumford Power Station, Islandmagee, Larne, County Antrim, Northern Ireland BT40 3RS and AES Kilroot Power Limited, Kilroot Power Station, Larne Road, Carrickfergus, County Antrim, Northern Ireland BT38 7LX.

NUTS code UKN

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):
AES Ballylumford is a 1246MW gas fired power plant and AES Kilroot is a 662MW dual coal/oil fired plant situated in County Antrim, Northern Ireland within 10 miles of each other. AES Ballylumford Limited and AES Kilroot Power Ltd, two major power generating plants in Northern Ireland invite pre-qualification questionnaire responses for the provision of maintenance and support services as divided into Lots below. Both Power Stations have a requirement for maintenance and support services across both sites:
Both AES entities will enter a single contract for each Lot. The contract(s) is/are for twelve months with an option to extend up to a further two twelve month periods.
Lot 1. Scaffolding services: Provide labour, equipment, materials and design expertise for the erection and dismantling of scaffolding structures within the power stations;
Estimated annual contract value for both sites is GBP 580k;
Lot 2. Thermal insulation services: Provide labour, equipment and materials for site thermal insulation services including the removal of asbestos and/or man made mineral fibres, re-insulation and disposal of waste;
Estimated annual contract value for both sites is GBP 375k;
Lot 3. High Pressure welding of valves and pipe-work and associated maintenance support services: Provide labour, equipment, materials and expertise to maintain existing valves and pipe-work from 3/8" to 10" diameter within the power stations. The work includes the removal from line, weld prepping and reinstatement of valves and pipe-work and maintenance support services;
Estimated annual contract value for both sites is GBP 1700k;
Lot 4. Industrial cleaning services: Provide equipment, materials and labour for heavy industrial cleaning, including the internal cleaning of boilers, turbines, coal mills, cooling culverts, ducting systems and other ancillary plant and general station cleaning using wet and dry processes;
Estimated annual contract value for both sites is GBP575k;
Lot 5. Office Cleaning: Provide materials, equipment and labour for general non-industrial cleaning. The work includes the cleaning of offices, workshops, control rooms, canteen's, washrooms and includes restocking washroom products;
Estimated annual contract value for both sites is GBP 300k;
Lot 6. Security Guarding: Provide labour for the provision of security services including control of personnel and vehicular access, monitoring and examination of the site perimeter and security within the site;
Estimated annual contract value for both sites is GBP 300k;
Lot 7. Provision of Electrical Support Services: Provide equipment, materials and labour for the supply of electrical installation work. The work also includes maintenance and fault finding on a variety of electrical equipment;
Estimated annual contract value for both sites is GBP 300k.
The Lots necessitate providing cover for 24hr, 7 day a week, 365 days per year working /call-off arrangements as dictated by the operation of the generating plants.
A more detailed explanation of the Services is contained within the Pre Qualification Questionnaire and the Information Memorandum.
II.1.6)Common procurement vocabulary (CPV)

50000000, 45320000, 45262680, 90910000, 79710000, 71314100

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: yes
Tenders may be submitted for one or more lots
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:
The Contract is for the provision of support services, consisting of seven Lots comprising different skills as defined in the Pre Qualification Questionnaire and Information Memorandum. AES Ballylumford and AES Kilroot have a requirement for maintenance and support services across both sites. The Services have been created as seven individual Lots and additional information is provided within the Pre Qualification Questionnaire and Information Memorandum and within this Notice (including Annex B).
The AES entities will create one contract for each Lot.
The contracts will run for twelve months with the option for AES Ballylumford and AES Kilroot to extend up to a further two twelve month periods (at the sole discretion of AES).
The Applicant will provide cover on a 24 hour, 7 day a week, 365 days per year basis for both AES Kilroot and AES Ballylumford Power Stations as further defined in the Pre Qualification Questionnaire and the Information Memorandum.
Lot 1
Scaffolding Services: Provide labour, equipment, materials and design expertise for erection and dismantling of scaffolding systems. As part of the operation of plant associated with power generation, regular maintenance is required on large mechanical and rotating plant on a planned and breakdown basis. Such work necessitates access for inspection, washing, repair, overhaul and project work. Scaffolding structures must be provided in a safe and timely manner to enable such works to be carried out. The structures will be scaffolding of various sizes and capacities in various parts of the power stations for various lengths of time.
Lot 2
Thermal insulation: Provide labour, equipment and materials for site thermal insulation services including the removal of asbestos and/or man-made mineral fibres, re-insulation and disposal of waste, potentially to include outage requirements. The Services include removal of lagging and cladding from such items as gas turbines, turbine-cylinders, boiler casings, valves, pipe-work, ductwork etc which can include work around live equipment. The Services will also include replacement of same whilst maintaining good standards of safety, workmanship and housekeeping. This contract is to cover for such works as thermal insulation, removal / replacement, asbestos encapsulation with oil / water resistant coating to specification and colour code, maintenance of intumescent seals, sheet metal cladding works and application of oil resistant coatings as required, asbestos removal / disposal whilst following all current legislative requirements.
Lot 3
High Pressure Welding of valves and pipe-work and associated maintenance services: Provide labour, equipment, materials and expertise to maintain existing valves, pipe-work, pressure parts etc. This involves work on existing valves and pipe-work from 3/8" up 10" in diameter and operating temperatures up to 540 deg C and pressures in excess of 168 bar.
During maintenance on the plant it is necessary to remove valves from line due to leakage, damage, or other defects, and to remove sections of pipe-work for examination and repair. Generally the defective valves and pipe-work will be removed from high pressure systems within the power station. Welding procedures employed must be adequately and successfully tested in accordance with BSEN15614 or European equivalents. Only welders who have passed the appropriate qualification tests, BSEN287 Part 1 & 2 or European equivalent will be employed.
The contract includes for the provision of maintenance support services including the fabrication of pipe-work and supports using detailed engineering drawings, cutting, shaping and bending pipe in preparation for welding. The maintenance support staff will often be working alongside welders to connect pipes, valves etc, efficiently and safely, sometimes in difficult conditions.
Lot 4
Industrial Cleaning services: Provide equipment, materials and labour for heavy industrial plant cleaning using wet and dry methods as appropriate. The contract includes the internal cleaning of boilers, turbines, coal mills, cooling water culverts, ducting systems, ancillary plant and general cleaning within the power stations.
AES Kilroot require additional minor/support engineering services, which includes grinding, polishing and weld preparation, minor maintenance fitting, manual handling and providing additional staff to support other contractors.
Lot 5
Office Cleaning: Provide materials, equipment and labour to clean offices, workshops, control rooms, mess rooms, canteen, washrooms etc including the restocking of washroom products.
The Applicant will be responsible for vacuuming carpets, washing and buffing tiled areas, removing waste from bins and other areas, dusting of sills, cabinets, furniture fixings, worktop surfaces etc. In addition toilet cleaning will include cleaning wash basins, splash backs, mirrors, urinals, shower units, stock with toilet rolls, paper, soap etc. In certain instances, with the authority of the Contract Holder, the Applicant may be requested to clean telephones, VDU monitors, unit control desks and panels.
Lot 6
Security Guarding: Provide labour for the provision of security services including control of personnel and vehicular access, monitoring and examination of the site perimeter fence and security within the site.
The primary functions of the security services can be summarised into two main areas:
Inspect and monitor the integrity of the existing site perimeter using existing security systems.
Control of access too site by vehicles, AES staff and non AES personnel.
Lot 7
Provision of Electrical Support Services: Provide labour, materials and equipment for the supply of electrical maintenance work. The Contractor will be required to carry out installation, maintenance and fault finding work.
The Applicant must be experienced in the installation, maintenance and fault finding of the following equipment, (primarily within an industrial environment) LV switchgear and LV distribution including, control panels, cable installation, cable containment systems, fire alarm and fire rated cabling, interior and exterior lighting, DC systems including batteries, PAT and earthing system.
The Applicant must be competent in basic electrical testing in earth continuity, insulation resistance, earth loop impedence and RCD testing.
Additional information is provided in the Pre Qualification Questionnaire and the Memorandum of Information.
II.2.2)Information about options
Options: yes
Description of these options: 12 months from award of contract for each Lot with an option to extend up to two further 12 month extensions at the sole discretion of AES Ballylumford and AES Kilroot.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: C1204 Scaffolding Services
1)Short description:
Scaffolding Services on a 24 hour, 7 day a week, 365 days per year cover/call-off arrangement at AES Kilroot and AES Ballylumford power stations.
2)Common procurement vocabulary (CPV)

44212310, 44212315, 44212317, 45262100, 45262110, 45262120

3)Quantity or scope:
Scaffolding Services: Provide labour, equipment, materials and design expertise for the erection and dismantling of scaffolding structures. As part of the operation of plant associated with power generation, regular maintenance is required on large mechanical and rotating plant on both a planned and breakdown basis. Such work necessitates access for inspection, washing, repair, overhaul and project work. The structures will be scaffolding of various capacities in various locations in a power station for various lengths of time and will include unit outage requirements. The Services will include the scaffolding of internal boilers and large cylindrical vessels and will include confined space work on occasions. Structures must be provided in a safe and timely manner to enable such works to be carried out. AES Kilroot only require scaffolding services during outage periods and for specific projects.
Estimated annual contract value for both sites is GBP 580k per annum.
5)Additional information about lots:
Additional information is provided in the Pre-Qualification Questionnaire and the Information Memorandum.
Lot No: 2 Lot title: C1206 Thermal Insulation Services.
1)Short description:
Provision of insulation services on a 24hour, 7 day a week, 365 days per year cover/call-off arrangement at AES Kilroot and AES Ballylumford power stations.
2)Common procurement vocabulary (CPV)

45320000, 45321000, 45262660, 90650000

3)Quantity or scope:
Thermal insulation: provide labour, equipment and materials for site thermal insulation services including the removal of asbestos and/or man-made mineral fibres, re-insulation and disposal of waste. The Services include removal of lagging and cladding from such items as gas turbines, turbine-cylinders, boiler casings, valves, pipe-work, ductwork etc which can include work around live equipment. The Services will also include replacement of same whilst maintaining good standards of safety, workmanship and housekeeping. This contract is to cover for such works as thermal insulation, removal / replacement, asbestos encapsulation with oil / water resistant coating to specification and colour code, maintenance of intumescent seals, sheet metal cladding works and application of oil resistant coatings as required, asbestos removal / disposal whilst following all current legislative requirements.
Estimated annual contract value for both sites is GBP 375k per annum.
5)Additional information about lots:
Additional information is provided in the Pre-Qualification Questionnaire and the Information Memorandum.
Lot No: 3 Lot title: C1202 High Pressure welding and maintenance support services.
1)Short description:
High Pressure Welding and maintenance support services on a 24 hour, 7 day a week, 365 days per year cover/call-off arrangement at AES Kilroot and AES Ballylumford power stations.
2)Common procurement vocabulary (CPV)

45262680, 45259000, 50510000, 50512000, 42100000

3)Quantity or scope:
High Pressure Welding of valves and pipe-work and associated maintenance services: Provide labour, equipment, materials and expertise to maintain existing valves, pipe-work, pressure parts etc. This involves work on existing valves and pipe-work from 3/8" up 10" in diameter and operating temperatures up to 540 deg C and pressures in excess of 168 bar.
During maintenance on the plant it is necessary to remove valves from line due to leakage, damage, or other defects, and to remove sections of pipe-work for examination and repair. Generally the defective valves and pipe-work will be removed from high pressure systems mainly associated with the boilers, turbines, ancillary plant etc. Welding procedures employed must be adequately and successfully tested in accordance with BSEN15614 or European equivalent. Only welders who have passed the appropriate qualification tests, BSEN287 Part 1 & 2 or European equivalent will be employed.
The contract includes for the provision of maintenance support services including the fabrication of pipe-work and supports using detailed engineering drawings, cutting, shaping and bending pipe in preparation for welding. The maintenance support staff will often be working alongside welders as they connect pipes, valves etc, efficiently and safely sometimes in difficult conditions.
Estimated annual contract value for both sites is GBP1700k.
5)Additional information about lots:
Additional information is provided in the Pre-Qualification Questionnaire and the Information Memorandum.
Lot No: 4 Lot title: C1208 Industrial cleaning services.
1)Short description:
Industrial plant cleaning services on a 24 hour, 7 day a week, 365 days per year cover/call-off arrangement at AES Kilroot and AES Ballylumford power stations.
2)Common procurement vocabulary (CPV)

90910000, 90911000, 90911100, 90911200, 90913100

3)Quantity or scope:
Provide equipment, materials and labour for the heavy industrial plant cleaning using wet and dry methods as appropriate. The contract includes the internal cleaning of boilers, turbines, coal mills, cooling water culverts, ducting systems, ancillary plant and general cleaning within the power stations.
AES Kilroot require additional minor/support engineering services which includes grinding, polishing and weld preparation, minor maintenance fitting, manual handling and providing additional staff to support other contractors.
Estimated annual contact value for both sites is 575k GBP.
5)Additional information about lots:
Additional information is provided in the Pre-Qualification Questionnaire and the Information Memorandum.
Lot No: 5 Lot title: C1211 Office cleaning services
1)Short description:
Non-industrial cleaning services of offices and workshops at AES Kilroot and AES Ballylumford power stations..
2)Common procurement vocabulary (CPV)

90900000, 90910000, 90911100, 90911200, 90911300, 90919100, 90919200

3)Quantity or scope:
Provide materials, equipment and labour to clean offices, workshops, control rooms, mess rooms, canteen,washrooms etc and including the restocking of washrooms products.
The Applicant will be responsible for vacuuming carpets, washing and buffing tiled areas, removing waste from bins and other areas, dusting of sills, cabinets, furniture fixings, worktop surfaces etc. In addition toilet cleaning will include cleaning wash basins, splash backs, mirrors, urinals, shower units (supply cleaning record form), stock with toilet rolls, paper, soap etc. In certain instances, with the authority of the Contract Holder, the Applicant may be requested to clean telephones, VDU monitors, unit control desks, control panels etc.
Estimated annual contract value for both sites is GBP 300k.
5)Additional information about lots:
Additional information is provided in the Pre-Qualification Questionnaire and the Information Memorandum.
Lot No: 6 Lot title: C1201 Security guarding services
1)Short description:
Provision of security guarding on a 24 hour, 7 day a week, 365 days per year basis at Kilroot Power Station (including Cloghan Point) and Ballylumford power stations.
2)Common procurement vocabulary (CPV)

79710000, 79711000, 79713000, 79715000

3)Quantity or scope:
Provide labour for the provision of security services including control of personnel and vehicular access, monitoring and examination of the site perimeter fence and security within the site.
The primary functions of the security services can be summarised into two main areas:
Inspect and monitor the integrity of the existing site perimeter using existing security systems;
Control of access too site by vehicles, AES staff and non AES personnel.
Estimated annual contract value for both sites is GBP 300k.
5)Additional information about lots:
Additional information is provided in the Pre-Qualification Questionnaire and the Information Memorandum.
Lot No: 7 Lot title: C1214 Electrical Services.
1)Short description:
Provision of electrical labour and expertise on a 24 hour, 7 day a week, 365 days per year cover/call-off arrangement at AES Kilroot and AES Ballylumford power stations.
2)Common procurement vocabulary (CPV)

71314100, 45310000, 45311100, 45311200, 45315600, 45317000, 45315300, 45314310, 50532400, 50710000

3)Quantity or scope:
Provide labour, materials and equipment for the supply of electrical maintenance work. The Contractor will be required to carry out installation, maintenance and fault finding work.
The Applicant must be experienced in the installation, maintenance and fault finding of the following equipment, (primarily within an industrial environment) LV switchgear and LV distribution including, control panels, cable installation, cable containment systems, fire alarm and fire rated cabling, interior and exterior lighting, DC systems including batteries, PAT and earthing system.
The Applicant must be competent in basic electrical testing in earth continuity, insulation resistance, earth loop impedence and RCD testing.
Estimated annual contract value for both sites is GBP 300k.
5)Additional information about lots:
Additional information is provided in the Pre-Qualification Questionnaire and the Information Memorandum.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting entities 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 payments 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 entities 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 authorities 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 C1204 Scaffolding services; Tender C1206 Insulation services; Tender C1202 High Pressure Welding services; Tender C1208 Industrial Plant cleaning; Tender C1211 Office cleaning; Tender C1201 Security; Tender C1214 Electrical Services.
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: ..
IV.3.4)Time limit for receipt of tenders or requests to participate
14.1.2014 - 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 Section I.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.1.5) above, this is an estimated value only. The contracting entities 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, Ballylumford Power Station, Islandmagee, Larne, County Antrim, Northern Ireland BT40 3RS.
The economic operator and/or members of the Consortium is/are fully responsible for assessing the applicability of The Transfer of Undertakings (Protection of Employment) Regulations 2006 and also the Service Changes (Protection of Employment) Regulations (Northern Ireland) 2006. AES Ballylumford Ltd and AES Kilroot Power Ltd will not indemnify the Applicant against any claims arising from transferred employees.
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 entities will commence the 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:
9.12.2013