Opportunity

Design, Supply & Installation of a Flue Glass Cleaning Abatement System

  • Glass Futures

F02: Contract notice

Notice reference: 2023/S 000-002971

Published 31 January 2023, 4:00pm



Section one: Contracting authority

one.1) Name and addresses

Glass Futures

9 Churchill Way, Chapeltown

Sheffield

S35 2PY

Email

procurement@glass-futures.org

Telephone

+44 7385691882

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.glass-futures.org

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43118

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research & Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Design, Supply & Installation of a Flue Glass Cleaning Abatement System

Reference number

GFL/2023/03

two.1.2) Main CPV code

  • 42000000 - Industrial machinery

two.1.3) Type of contract

Supplies

two.1.4) Short description

Design, Supply, Install and Commission a Flue Glass Cleaning Abatement System at the GFL site in St Helens, Northwest England

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45262610 - Industrial chimneys
  • 38433200 - Emission measurement equipment
  • 42514000 - Machinery and apparatus for filtering or purifying gases
  • 90711500 - Environmental monitoring other than for construction

two.2.3) Place of performance

NUTS codes
  • UKD71 - East Merseyside

two.2.4) Description of the procurement

GFL is looking to appoint a single contractor to Design, Supply, Install and Commission a Flue Glass Cleaning Abatement System for their Centre of Excellence in St Helens, Northwest England including but not limited to the following:

Full Mechanical installation and commissioning of all equipment and individual components.

Design and supply for the complete fabrication of the FGC package and ductwork from the connection point from the furnace and including all systems leading up to and the Stack.

The provision of calculations relating to the expansion of all ducting and pipework.

Full Electrical Installation and commissioning of all equipment and individual components.

Electrical supplies and control cabling as required to all equipment.

All Mechanical and Electrical containment supports and fixings.

GFL requires a price for both standard instrumentation/components and separately ATEX rated instrumentation/components.

The provision and installation of all associated valves, pressure regulators and fittings.

Instrumentation and Process Control hardware that is compatible with our Distributed Control System (DCS).

Full package of drawings and technical documents relating to all applicable areas and components of the FGC package.

The design installation and layout should give consideration all foreseeable maintenance requirements and procedures.

All calculations relating to the operation and the performance of the Flue Gas Cleaning system should be produced by the contractor and part of the design scope.

Provision and contribution to any required safety surveys from project conception through to completion i.e. HAZID, HAZOP & HAZCON.

Provision and execution of all FAT / SAT requirements to all applicable areas and components of the FGC package.

Provision and execution of all commission requirements i.e. Cold & Hot

Provide a separate cost for a 5-year service and maintenance package

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55

Price - Weighting: 45

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

9

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options will be included in the procurement documents and are associated with the specification and inclusion of equipment based upon technical solution and price

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The procurement is related to a project financed by UK Government funds via UKRI Grant Funding Agreement


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 March 2023

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

2 March 2023

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please

visit the myTenders Web Site at

https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228578.

The Buyer has indicated that it will accept electronic responses to this notice via the Postbox

facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx

Suppliers are advised to allow adequate time for uploading documents and to dispatch the

electronic responses well in advance of the closing time to avoid any last minute problems.

(MT Ref:228578)

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228578.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:228578)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit