Contract notice - utilities

Information

Published

Date of dispatch of this notice: 28/06/2016

Expire date: 08/08/2016

External Reference: 2016-312582

TED Reference: 2016/S 126-225755

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board ( ESB )
N/A
27 Lower Fitzwilliam Street
Dublin 2
Dublin
IE
Contact person: Martha Maher
Telephone: +353 214656637
NUTS code:  IE013 -  West
Internet address(es):
Main address: http://www.esb.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=100407&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Moneypoint SCR Catalyst Regeneration Services
Reference number:  GWM4845
II.1.2)

Main CPV code

42164000  -  Auxiliary plant for use with boilers
II.1.3)

Type of contract

Services
II.1.4)

Short description

Framework agreement for the supply of Catalyst Regeneration services to ESB Moneypoint to cover the years 2017 to 2019 inclusive. In the period from 2017 - 2019 ESB foresee a requirement to commence a regeneration program of several of the existing SCR Catalyst Layers. This contract will include for the transport of the Catalyst modules to and from Moneypoint Generating Station, Kilrush, Co. Clare.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

65410000  -  Operation of a power plant
II.2.3)

Place of performance

NUTS code:  IE013 -  West
Main site or place of performance:  
Moneypoint Generating Station
II.2.4)

Description of the procurement

Framework agreement for the supply of Catalyst Regeneration services to ESB Moneypoint to cover the years 2017 to 2019 inclusive. ESB Moneypoint has 3x 285MWe coal fired boilers, each equipped with a high dust SCR plant. There are two SCR reactors per unit which are situated between the economiser and the airheaters. Each Reactor (known as A and B)has three layers of honeycomb catalyst currently installed (Layer 1, 2 and 3), with each Reactor Layer made up of 42 individual catalyst modules comprising a total
catalyst volume of approx. 78m^3.
In the period from 2017-2019, ESB foresee a requirement to commence a regeneration program of several of the existing SCR Catalyst Layers. Although each year’s scope cannot be guaranteed as it will be dependent on annual budgets and internal ESB strategy, it is expected that at least one full Catalyst Layer, 156m^3 (78m^3 from Reactor A and 78m^3 from Reactor B) would be regenerated each year for which the contract applies. As such a Framework Agreement is required for the 3 years, to cover the catalyst regeneration works,
regardless of the actual number of catalyst layers which will be regenerated. Inaddition to the offsite regeneration services, this contract will also involve transport of the aforementioned catalyst modules to and from Moneypoint Power Station to the relevant contractor’s facilities.
ESB Moneypoint Generating Station is located in the Shannon estuary in the south west of Ireland, near Kilrush in Co Clare. The site is located on the north bank of the River Shannon, 5 km east of Kilrush. Access is available to the site by road or by sea. The port of Dublin is 265 km distant, the port of Cork is 210 km distant and the port of Limerick is 85 km distant.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 42
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Set out in Pre-Qualification Questionnaire
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Set out in Pre-Qualification Questionnaire
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Set out in Pre-Qualification Questionnaire
III.1.6)

Deposits and guarantees required

Will be set out in the Invitation to Tender
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Will be set out in the Invitation to Tender
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

If the Tender is submitted by a group of suppliers, then those suppliers, if awarded the contract, shall assume such legal form by corporation, partnership or otherwise as will enable them to contract as a single entity, and assume joint and several responsibility for the contract.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Set out in Pre-Qualification Questionnaire

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  02/08/2016
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

It is our intention to use the Irish government Procurement portal (www.etenders.gov.ie) for the issue of the tender for this competition (e-Tenders Ref 106601). Successful candidates in the Pre-Qualification Process must register their interest on the e-Tenders website to receive tender documents. Registration is free of charge.
VI.4)

Procedures for review

VI.4.1)

Review body

Chief Registrar
Four Courts, Inns Quay, Dublin 7
Dublin
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.5)

Date of dispatch of this notice

01/07/2016