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

Supply of Aqueous Urea Solution 40 %.

  • First published: 01 March 2016
  • Last modified: 01 March 2016

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:
01 March 2016
Deadline date:
24 March 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply of Aqueous Urea Solution 40 %.

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 2893351644

steven.rodgers@aes.com


http://www.aes.com

http://www.aesukireland.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

Supply of Aqueous Urea Solution 40 %.

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

AES Kilroot Power Ltd, Larne Road, Carrickfergus, County Antrim, Northern Ireland, BT38 7LX.


NUTS Code UKN0

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)

Supply of Aqueous Urea Solution 40 %.

II.1.6)

Common Procurement Vocabulary (CPV)

24327000
24957000
24000000
24960000
24900000
24950000
24310000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants 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.

11 000 000
GBP

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

 01-05-2016 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 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

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 to which the performance of the contract is subject

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 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/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 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/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


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)

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

Yes

Information on the Electronic Auction will be distributed to qualified participants at a later date. Full training on the use of the reverse auction site will be provided at the expense of AES Kilroot Power Ltd.

IV.3) Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting entity

Supply of Aqueous Urea Solution 40%

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

 14-03-2016

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 24-03-2016  15:00

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

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.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

 25-02-2016

Coding

Commodity categories

ID Title Parent category
24310000 Basic inorganic chemicals Basic inorganic and organic chemicals
24957000 Chemical additives Specialised chemical products
24000000 Chemical products Materials and Products
24900000 Fine and various chemical products Chemical products
24327000 Miscellaneous organic chemicals Basic organic chemicals
24950000 Specialised chemical products Fine and various chemical products
24960000 Various chemical products Fine and various chemical products

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.