Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

KPL-10MW Energy Storage Facility.

  • First published: 15 April 2015
  • Last modified: 15 April 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
AES Kilroot Power Limited
Authority ID:
AA24496
Publication date:
15 April 2015
Deadline date:
30 April 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of Goods to be supplied and or Services to be performed regarding a 10 MW Battery Storage facility.

Full notice text

CONTRACT NOTICE - UTILITIES

Section I: Contracting Entity

I.1)

Name, Address and Contact Point(s)


AES Kilroot Power Ltd

AES KIlroot Power Station, Larne Road, Carrickfergus

Belfast

BT38 7LX

UK

Steven Rodgers

+44 2893381100

steven.rodgers@aes.com


http://www.aes.com

http://www.aes.com

http://platform.negometrix.com/

http://platform.negometrix.com/
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Main activity or activities of the contracting entity

Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity

KPL-10MW Energy Storage Facility.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

Site or location of works, place of delivery or performance

Kilroot Power Station, Larne Road, Carrickfergus, Co. Antrim, BT38 7LX Northern Ireland.


NUTS Code UKN

II.1.3)

This notice involves

Unchecked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Estimated total value of purchases for the entire duration of the framework agreement

Frequency of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Provision of Goods to be supplied and or Services to be performed regarding a 10 MW Battery Storage facility.

II.1.6)

Common Procurement Vocabulary (CPV)

31600000
31422000
31158100
31155000
31000000
31680000
73100000
31170000
31213200
31174000
31214000
31500000
31625100
31625200
35111500
42512300
32571000
32573000
32581000
32412000
51300000
64227000
45210000
45213200
45213220
45213221
44115800
45450000
45262700
45300000
45315000
71315000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Lot 1 — Batteries:

Battery equipment shall be lithium-ion batteries of 30 minute duration, total 10MW 5MWh of battery energy storage capacity with DC bus voltage less than 1000 VDC. Batteries must be able to be dispatched at one second intervals and perform frequency regulation and other profiles continuously for not less than 98 % of the hours each month. Scope of supply includes batteries, battery management systems, Modbus control interface, DC protection kits, delivery DDP (Incoterms 2003) to the project site, installation, and commissioning. Lot value estimate is in the range 0.35 GBP to 3.5 MM GBP.

Lot 2 — Inverters:

Inverter equipment shall be bi-directional inverters meeting the requirements for grid connection and the requirements for DC side interface. AC side voltage shall be up to 480VAC, DC side voltage up to 1000 VDC. Inverters must be able to be dispatched at one second intervals and perform frequency regulation and other profiles continuously for not less than 98 % of the hours each month. Scope of supply includes inverter with filtering kit, Modbus control interface, and protection, delivery DDP (Incoterms 2003) to the project site, installation, and commissioning. Lot value estimate is in the range 0.2 GBP to 2 MM GBP.

Lot 3 — Balance of Plant Electrcial Systems and Components:

Balance of Plant supply of electrical systems and components lot consists of the Supply of Goods and or provision of Services associated with completion of work associated with the Balance of Plant. Lot value estimate is in the range 0.8 GBP - 5 MM GBP.

Good and Services to be provided include but not limited to:

1. 11 kV class switchgear and feeders to modular blocks of energy storage equipment, as well as building auxiliary power circuits.

2. 11 kV to 420 VAC transformers for connection to energy storage equipment, and for building auxiliary circuits.

3. Low voltage switchboards and panelboards for equipment connection.

4. MV and LV cabling, wiring, conduit, raceways, and terminations, energy storage racking and equipment installation.

5. Internal Lighting and receptacles.

6. Communication network and equipment, supplied and installed according to AES design requirements. Including fibre cabling, switches, patch panels and CAT 6 cabling.

7. HVAC and Fire Suppression Systems.

8. Construction of Battery Racking for the connection of the batteries and inverters.

9. Environmental control system.

10. Minor Civil work including, but not limited to, erection of block walls, siting of fire exits and installation of mains water supply.

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable contracts, estimated time frame for subsequent calls for competition:

II.3)

Duration of the contract or limit for completion

 30-06-2015 30-11-2015

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions relating to the contract

III.1.1)

Deposits and guarantees required

AES Kilroot Power Ltd reserves the right to require bonds, deposits, guarantees, or other appropriate forms of undertaking or security to secure proper performance of the Lot contract.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

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 grouping of suppliers, contractors or service providers to whom the contract is to be awarded

AES Kilroot Power Ltd 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 Lot contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The contracting entity's requirements will be set out in the IM, pre-qualification document and 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 lot contract(s).

III.2)

Conditions for Participation

III.2.1)

Personal situation of suppliers,contractors or service providers


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) — including but not limited to Regulation 26 thereof — as set out within the Information Memorandum and Pre-Qualification Questionnaire 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 capacity


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 — as set out within the Information Memorandum and Pre-Qualification Questionnaire 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


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 — as set out within the Information Memorandum and Pre-Qualification Questionnaire 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)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Checked box No

IV.2)

Award Criteria

No

Yes
No

IV.2.2)

An electronic auction will be used

No

IV.3) Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting entity

KPL-10MW Energy Storage Facility

IV.3.2)

Previous publication concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining contract document and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 30-04-2015

IV.3.5)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender 

IV.3.7)

Conditions for opening tenders




Section VI: Complementary Information

VI.1)

Indicate whether this Procurement is a Recurrent one and the estimated timing for further notices to be published

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

A Pre-Qualification Questionnaire will be provided through the AES procurement website. Applicants must request a Username and Password for access to the website. The request for a Username and Password should be addressed in writing to the EMEA Buyer at AES, steven.rodgers@aes.com, as per the details provided in Section 1.1 of this notice.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals


VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 10-04-2015

ANNEX B

Information About Lots

1     Supply of Battery Equipment

1)

Short Description

Supply of lithium-ion batteries for a total of 10 MW and between 3.5 MWh and 5 MWh of battery energy storage capacity.

2)

Common Procurement Vocabulary (CPV)

31422000
31158100
31155000
31000000
31680000
31600000
73100000

3)

Quantity or scope

Battery equipment shall be lithium-ion batteries for a total of 10 MW and between 3.5 MWh and 5 MWh of battery energy storage capacity with DC bus voltage less than 1000 VDC. The preferred solution is for 10 MW 5 MWh equipment. Batteries must be able to be dispatched at one second intervals and perform frequency regulation and other profiles continuously for not less than 98 % of the hours each month. Scope of supply includes batteries, battery management systems, Modbus control interface, DC protection kits, delivery DDP (Incoterms 2003) to the project site, installation, and commissioning. Batteries must be purchased or provided by an original equipment manufacturer with proven track record of batteries in service, financial resources to support delivery obligations, and a clear roadmap for future product development. Lot value estimate is in the range 0.35 GBP - 3.5 MM GBP.


4)

Indication about different contract dates

 01-07-2015 12-11-2015

5)

Additional Information about lots

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 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 Steven Rodgers, EMEA Buyer — Projects and Services, Kilroot Power Station, Larne Road, Carrickfergus, County Antrim, Northern Ireland BT38 7LX. Or via email to steven.rodgers@aes.com stating KLR 10 MW Battery Storage Facility PQQ within the subject line.

ANNEX B

Information About Lots

2     Inverter Equipment

1)

Short Description

Supply of Inverter equipment which shall be bi-directional inverters meeting the requirements for grid connection.

2)

Common Procurement Vocabulary (CPV)

31422000
31158100
31155000
31000000
31680000
31600000
73100000

3)

Quantity or scope

Inverter equipment shall be bi-directional inverters meeting the requirements for grid connection and the requirements for DC side interface. AC side voltage shall be up to 480VAC, DC side voltage up to 1000 VDC. Inverters must be able to be dispatched at one second intervals and perform frequency regulation and other profiles continuously for not less than 98 % of the hours each month. Scope of supply includes inverter with filtering kit, Modbus control interface, and protection, delivery DDP (Incoterms 2003) to the project site, installation, and commissioning. Inverters must be purchased or provided by an original equipment manufacturer with proven track record of inverters in service, financial resources to support delivery obligations, and a clear roadmap for future product development. Lot value estimate is in the range 0.2 GBP - 2 MM GBP.


4)

Indication about different contract dates

 01-07-2015 12-11-2015

5)

Additional Information about lots

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 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 Steven Rodgers, EMEA Buyer — Projects and Services, Kilroot Power Station, Larne Road, Carrickfergus, County Antrim, Northern Ireland BT38 7LX. Or via email to steven.rodgers@aes.com stating KLR 10 MW Battery Storage Facility PQQ within the subject line.

ANNEX B

Information About Lots

3     Balance of Plant — Electrical Systems and Components

1)

Short Description

To supply and installation of Balance of Plant Electrical Systems and Components.

2)

Common Procurement Vocabulary (CPV)

31600000
31422000
31158100
31155000
31000000
31680000
73100000
31170000
31213200
31174000
31214000
31500000
31625100
31625200
35111500
42512300
32571000
32573000
32581000
32412000
51300000
64227000
45210000
45213200
45213220
45213221
44115800
45450000
45262700
45300000
45315000
71315000

3)

Quantity or scope

Balance of Plant supply of electrical systems and components lot consists of the Supply of Goods and or provision of Services associated with completion of work associated with the Balance of Plant. Lot value estimate is in the range 0.8 GBP - 5 MM GBP.

Good and Services to be provided include but not limited to:

1. 11 kV class switchgear and feeders to modular blocks of energy storage equipment, as well as building auxiliary power circuits.

2. 11 kV to 420VAC transformers for connection to energy storage equipment, and for building auxiliary circuits.

3. Low voltage switchboards and panelboards for equipment connection.

4. MV and LV cabling, wiring, conduit, raceways, and terminations, energy storage racking and equipment installation

5. Internal Lighting and receptacles.

6. Communication network and equipment, supplied and installed according to AES design requirements. Including fibre cabling, switches, patch panels and CAT 6 cabling.

7. HVAC and Fire Suppression Systems.

8. Construction of Battery Racking for the connection of the batteries and inverters.

9. Environmental control system.

10. Minor Civil work including, but not limited to, erection of block walls, siting of fire exits and installation of mains water supply.


4)

Indication about different contract dates

 01-07-2015 30-09-2015

5)

Additional Information about lots

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 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 Steven Rodgers, EMEA Buyer — Projects and Services, Kilroot Power Station, Larne Road, Carrickfergus, County Antrim, Northern Ireland BT38 7LX. Or via email to steven.rodgers@aes.com stating KLR 10 MW Battery Storage Facility PQQ within the subject line.


Coding

Commodity categories

ID Title Parent category
31158100 Battery chargers Chargers
31422000 Battery packs Primary batteries
45262700 Building alteration work Special trade construction works other than roof works
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
44115800 Building internal fittings Building fittings
71315000 Building services Consultative engineering and construction services
32573000 Communications control system Communications equipment
32571000 Communications infrastructure Communications equipment
32412000 Communications network Local area network
45213220 Construction work for warehouses Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213200 Construction work for warehouses and industrial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
32581000 Data-communications equipment Data equipment
31213200 Distribution transformers Distribution equipment
31600000 Electrical equipment and apparatus Electrical machinery, apparatus, equipment and consumables; lighting
45315000 Electrical installation work of heating and other electrical building-equipment Electrical installation work
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
31680000 Electrical supplies and accessories Electrical equipment and apparatus
35111500 Fire suppression system Firefighting equipment
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
42512300 HVAC packages Air-conditioning installations
51300000 Installation services of communications equipment Installation services (except software)
64227000 Integrated telecommunications services Telecommunication services except telephone and data transmission services
31155000 Inverters Ballasts for discharge lamps or tubes
31500000 Lighting equipment and electric lamps Electrical machinery, apparatus, equipment and consumables; lighting
45450000 Other building completion work Building completion work
31174000 Power supply transformers Transformers
73100000 Research and experimental development services Research and development services and related consultancy services
31214000 Switchgear Electrical apparatus for switching or protecting electrical circuits
31170000 Transformers Electric motors, generators and transformers
45213221 Warehouse stores construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.