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

Provision of High Pressure Welding and engineering maintenance support services.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

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

AES Kilroot Power Limited and AES Ballylumford 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 High Pressure Welding and engineering maintenance support services.
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 Staion, Islandmagee, Larne, County Antrim, Northern Ireland, BT40 3RS and
AES Kilroot Power Limited, Kilroot Power Station, 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):
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 High Pressure Welding and engineering maintenance support services as described below. Both Power Stations have a requirement for the Services across both sites:
Both AES entities will enter a single contract. The contract(s) is for twelve months with an option to extend up to a further three twelve month periods.
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;
Estimated annual contract value for both site is 1 200 000 GBP;
The Services necessitate providing 24hr, 7 day a week, 365 days per year cover/call-off arrangements as required by the operation of the generating plant.
A more detailed explanation of the Services is contained within the Pre Qualification Questionnaire incorporating the Information Memorandum.
II.1.6)Common procurement vocabulary (CPV)

45262680, 45259000, 50510000, 50512000, 42000000, 45331110, 50000000, 45251140

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:
The Contract is for the provision of high pressure welding and engineering maintenance support services, as defined in the Pre Qualification Questionnaire (including the Information Memorandum). AES Ballylumford and AES Kilroot have a requirement for high pressure welding and engineering maintenance support services across both sites. The Services are included here and additional information is provided within the Pre Qualification Questionnaire (including the Information Memorandum) and this Notice.
The contracts will run for twelve months with the option to extend up to a further three twelve month periods at the sole discretion of AES. All Services will be provided on a 24 hour, 7 day a week, 365 days per year cover/call-off arrangement for both AES Kilroot and AES Ballylumford Power Stations as further defined in the Pre Qualification Questionnaire including the Information Memorandum.
High Pressure Welding of valves and pipe-work and associated maintenance support services: Provide labour, materials and equipment to provide welding and associated maintenance support services. The Services include working on existing valves and pipe-work from 3/8" up 10" in diameter and operating temperature up to 540 deg C and operating pressure in excess of 168 bar.
During the maintenance and/or overhaul of the plant and indeed throughout the year it is necessary to remove valves from line due to leakage, damage, or other defects, and to remove sections of pipework 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 alternatives. 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. Often working alongside welders to connect piping efficiently and safely sometimes in difficult conditions.
Additional information is provided in the Pre Qualification Questionnaire incorporating the Memorandum of Information.
Estimated value excluding VAT
Range: between 800 000 and 1 200 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: 12 months from award of contract with an option to extend for three, 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
Duration in months: 48 (from the award of the contract)

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 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 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) - 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 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 C1208 High Pressure Welding and engineering support services
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents (except for a DPS)
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
26.1.2016 - 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 on request as per Section I.1) Paul Robinson - email address

All request for a Pre-Qualification Questionnaires or general queries 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.2.1 above, this is an estimated range 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 contractor 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:
22.12.2015