Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)LondonWaste Ltd
Eco Park, Advent Way
For the attention of: Paul Stigter
N18 3AG London
UNITED KINGDOM
Telephone: +44 2088845553
E-mail: [email protected]
Internet address(es):
General address of the contracting authority: http://www.londonwaste.co.uk/
Electronic access to information: https://www.delta-esourcing.com
Electronic submission of tenders and requests to participate: https://www.delta-esourcing.com/respond/E6HNF75W8N
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)Type of the contracting authorityBody governed by public law
I.3)Main activityEnvironment
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Refractory Works and Maintenance 2015.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
NUTS code UKI
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)
Waste incinerators. Parts of furnace burners, furnaces or ovens. Thermal insulating material. Lining services. Steam-generating boilers. Refuse incineration services. Refractory works and maintenance - The Energy Centre has five boilers burning approximately 500 000 t of both trade and domestic refuse per year in a continuous 24-hour operation, 7 days per week. The waste is delivered by road via the weigh-bridges/gate house by various types of transport. The waste is tipped and held in storage bunkers. Waste is fed by 3 5m³ grabbing cranes from the storage bunkers to the feed chutes of each boiler. Each of the water tube boilers is operated to achieve an evaporation rate of 40 t/h, at a steam pressure of 41.5 Bar and temperature of 415 oC. Material which remains after the incineration process is transferred to the residual conveyors for onward transfer for further treatment and recycling.
The flue gas treatment plant consists of 4 streams each designed to treat up to 137 500 Nm³/h of flue gas. Each boiler may deliver up to 110 000 Nm³/h of flue gas at a temperature of around 190 oC.
The superheated steam from the boilers is used to drive four single cylinder, 17 stage turbines to generate electrical power at 11 kV. This power is used for the house load with the surplus exported to the National Grid via two step-up 11/33 kV transformers. The power exported to the Grid averages 32 MWh.
A planned maintenance shut-down currently of approximately 24 days duration is undertaken on each boiler annually. The outage scope of works typically includes; annual statutory inspection; boiler tube thickness survey; replacement of boiler tubes; replacement of plate work and casings; refractory repairs; cleaning of the fireside spaces; overhaul of electrostatic precipitators; overhaul of roller grates, renewal of steel plate work as necessary.
This specification is for the supply of Refractory Works and Maintenance to the Energy Centre during normal operations and shut-down periods. The principal objective of this specification is to ensure that the Company has competent resources available during planned and unplanned outages to provide refractory services.
Potential suppliers will be required to demonstrate their capability to fulfil these requirements based upon their previous experience as part of their response to this Pre-Qualification Questionnaire. The duration of the contract is for a period of four years with an option to extend by a further 12 months, subject to agreement by both parties. ALL communication from providers during the procurement process must be directed via the Delta e-sourcing procurement portal. You will need to register as a supplier on Delta.
IMPORTANT -The PQQ Access Code is E6HNF75W8N. You will be required to complete the PQQ and submit it together with all relevant attachments before the stated deadline. Failure to comply will result in your organisation being excluded from the process. A copy of the Invitation to Tender is provided in excel format for viewing only at this stage. Only those suppliers who are shortlisted will be invited to participate in the tender process. Thank you for your co-operation.
II.1.6)Common procurement vocabulary (CPV)42320000, 42390000, 44111520, 76211100, 42162000, 90513300
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT:
Range: between 1 000 000 and 2 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 60 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 60 (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:
N/A.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
N/A.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/A.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As outlined in the Pre-Qualification Questionnaire.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As outlined in the Pre-Qualification Questionnaire.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As outlined in the Pre-Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5
Objective criteria for choosing the limited number of candidates: As outlined in the Pre-Qualification Questionnaire (PQQ).
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Refractory Works and Maintenance 2015
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 30.7.2015 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate3.8.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates17.8.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 60 months.
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedLondonWaste
Eco Park, 4 Advent Way
N18 3AG London
UNITED KINGDOM
Telephone: +44 2088845517
VI.5)Date of dispatch of this notice:30.6.2015