
Market Leads & Opportunities
United Kingdom-Belfast: Miscellaneous organic chemicals
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 042-070009/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Supplies
Directive 2004/17/EC
Section I: Contracting authority/entity
I.1) Name addresses and contact point(s):
AES Kilroot Power Ltd
AES KIlroot Power Station, Larne Road, Carrickfergus
Belfast
Postal code: BT38 7LX
United Kingdom
For the attention of: Steven Rodgers
Phone: +44 2893351644
Email: steven.rodgers@aes.com
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and 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 authorities/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 authority/entity:
Supply of Aqueous Urea Solution 40 %.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: AES Kilroot Power Ltd, Larne Road, Carrickfergus, County Antrim, Northern Ireland, BT38 7LX.
Nuts code: UKN0
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
Supply of Aqueous Urea Solution 40 %.
II.1.6) Common procurement vocabulary (CPV): 24327000,24957000,24000000,24960000,24900000,24950000,24310000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The 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:
In order to comply with the requirements of the Industrial Emissions Directive (IED), Kilroot Power Station has installed Selective Non-Catalytic Reduction (SNCR) equipment on both main generating units. This SNCR equipment enables a reduction in NOx emissions through the injection of Aqueous Urea Solution into the furnace of each main boiler. The purpose of this document is to outline technical requirements for the supply of Aqueous Urea Solution to Kilroot Power Station.
Specification:
Aqueous urea solution specification;
Product — aqueous urea solution 40 %;
Chemical composition:
Total nitrogen — min. 18,2 %;
Biuret — max. 0,4 %;
Free ammonia — max. 0,2 %;
Insolubles — max. 10ppm;
Formaldehyde — max. 5ppm;
pH — max. 10;
Water — rest to 100 % (to be demineralised water).
Physical properties:
Crystallisation point — Approx. 0oC;
Density at 20oC — Approx. 1,11kg/litre.
Suppliers will provide a complete chemical analysis of the proposed Urea solution that will be provided. Should any of the chemical constituents / physical properties fall outside the above specification, this will be clearly stated.
Quantities required:
Quantity requirements are estimated to be approximately 5 000 Tonnes per year. It should be noted that this is an estimation only and may be subject to change based on parameters that are outside the control of AES, therefore suppliers are invited to quote based on the four scenarios listed below.
Scenario requirement quantity (Total for station):
1 100 % 5 000 Tonnes;
2 75 % 3 750 Tonnes;
3 50 % 2 500 Tonnes;
4 25 % 1 250 Tonnes.
Delivery requirements:
Address for delivery is as follows: Kilroot Power Station, Larne Road, Carrickfergus, County Antrim, BT38 7LX. Supplier will outline their preferred method of delivery (e.g. Isotank / Road tanker, etc.) and will indicate quantity per load. Supplier will be required to deliver via a 3” male BSP parallel threaded fitting. Estimated lead time from placement of order to tanker arrival at Kilroot Power Station to be clearly stated. Deliveries will be expected to operate on a “call-off” basis, i.e. AES shall order deliveries as and when required. AES will have the right to postpone deliveries at any time, in the event of Power station outages, etc. Delivery and offloading will be expected to take place between the hours of 8:00 and 16:00, Monday to Friday. In exceptional circumstances this may be varied by mutual agreement. Supplier will ensure that the temperature of the Aqueous Urea Solution is no less than 10oC upon offloading at Kilroot Power Station.
Health and safety requirements:
Safety is our number 1 priority. An AES Kilroot Health and Safety handbook will be provided and the supplier must comply with this at all times.
All work carried out on the AES Kilroot site must be done under an approved risk assessment and method statement. Risk Assessment and Method Statement to be agreed by AES and the supplier prior to the commencing of deliveries. Risk Assessment and Method Statement to be reviewed periodically and updated if required. Any deviation from the agreed Method Statement to be reviewed by AES prior to work commencing.
If Isotanks are the preferred method for delivery, ground operated vent valves must be in place to remove the requirement for delivery drivers to climb on top of the Isotank.
Quality:
— The supplier will provide AES with a quality plan detailing measures to ensure the correct material is loaded, and measures taken to ensure contamination does not take place during loading/transit;
— Upon delivery, the supplier will provide AES with a certificate of conformity detailing the chemical analysis of each load;
— Upon delivery, the supplier will provide AES with a cleaning certificate for the transport vessel to show that it was cleaned prior to loading;
— AES shall have the right to sample and carry out analysis on each delivery of Aqueous Urea Solution.
Range: between 1 and 1 000 000 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:
Starting: 01.05.2016
Ending: 30.04.2019
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 contracting entities reserves the right to require groups of economic operators to take a particular legal form upon contract award or to require that 1 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: yes
Description of particular conditions: The contracting entity’s requirement will be set out in the IM, Pre-qualification document and in the invitation to tender/negotiate. The successful tenderer(s) must comply with AES’s terms and conditions on corporate compliance as a condition to the performance of the contract(s).
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 Contract regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/17/EC of the European Parliament and of the Council) — 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/EC of the European Parliament and of the Council) — 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 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/EC of the European Parliament and of the Council) — 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 particular, PQQ Parts D, G 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.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
NEGOTIATED
IV.2) Award criteria
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction:
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
Supply of Aqueous Urea Solution 40%
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:14.03.2016
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
24.03.2016 – 15:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up:
EN
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:
The Invitation to Tender Questionnaire will be provided upon request. Application for information and participation to the ITT must be in writing and submitted to Steven Rodgers referencing the Contract title to Europe.Procurement@AES.com as per the details provided in Section 1.1) of this notice.
All information must be completed and returned as instructed in the Invitation to Tender 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 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 ITT Documents) should be submitted to Steven Rodgers, EMEA Buyer — Projects and Services, Kilroot Power Station, Larne Road, Carrickfergus, County Antrim, Northern Ireland, BT38 7LX.
VI.4) Procedures for appeal
VI.5) Date of dispatch of this notice: 25.02.2016
More Opportunties
- United Kingdom-Bristol: Multi-Apheresis and Extracorporeal Photopheresis Systems
17 Jul 25
NHS Blood and Transplant (NHSBT) is a Special Health Authority and is responsible for the provision of blood components and a range of associated laboratory and patient therapeutic services to hospitals. The NHSBT Therapeutic Apheresis Service (TAS) provi> > - United Kingdom-Bradford: Supply of Signage (FC37)
17 Jul 25
There are different signage requirements for different tenures within the organisation split into, New Developments, Care Homes, Rented, Leasehold and Extra Care. Other signage areas covered include Safety Signage and PIB Boxes. The appointed contractor w> > - United Kingdom-Leighton Buzzard: Tilsworth Community Play Equipment Project
17 Jul 25
To provide a range of play equipment for children up to the age of 11, to include a tower unit that encourages climbing and incorporates slides suitable for the age group. Provision of A frame Swings to include cradle and flat seats and a basket swing. T> >