Tender

Black Start Infrastructure and Gas engines in Northern Ireland

  • EP UK INVESTMENTS LTD

F05: Contract notice – utilities

Notice identifier: 2021/S 000-010709

Procurement identifier (OCID): ocds-h6vhtk-02b146

Published 14 May 2021, 3:14pm



Section one: Contracting entity

one.1) Name and addresses

EP UK INVESTMENTS LTD

Byron House,7-9 St. James's Street

LONDON

SW1A1EE

Contact

Jacqueline Roose

Email

jacqueline.roose@epuki.co.uk

Telephone

+44 7710781708

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Internet address(es)

Main address

www.epuki.co.uk

one.3) Communication

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

https://www.epuki.co.uk/getmedia/af03dab3-2895-4fc1-a662-3ecfec8b4bb5/EPUKI-SQ-Black-Start-NI

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.epuki.co.uk/getmedia/af03dab3-2895-4fc1-a662-3ecfec8b4bb5/EPUKI-SQ-Black-Start-NI

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Black Start Infrastructure and Gas engines in Northern Ireland

two.1.2) Main CPV code

  • 51111000 - Installation services of electric motors, generators and transformers

two.1.3) Type of contract

Services

two.1.4) Short description

EPUKI on behalf of EPKL (together, the "Client") is inviting qualification responses from Economic Operators to Engineer, Procure and Construct (EPC) electrical infrastructure associated with black start and the provision of a new containerised Gas Engine package to provide the site standing loads which have a range from circa 1MW to 3.5MW at its Kilroot site in Northern Ireland ("Procurement"). This package of work forms part of a wider site programme.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Kilroot Power station has 2 coal fired units, 4 GT units and a Battery Energy Storage System ("BESS"). Soon the 2 coal fired units may be decommissioned and 1 or 2 new gas-fired Open Cycle Gas Turbine ("OCGT") 4 peaking units will be installed. These are referred to as OCGT6 and OCGT7 in this document. The 4 existing GT units (GT1 to GT4) will remain and continue to provide services to SONI along with the BESS.

Figure 2 (below) provides a general layout of the Kilroot site. The 275kV Kilroot substation is located to the north of the site and enclosed within its own building. The location for the new OCGTs is within the existing turbine building for the coal fired power station. When Kilroot was originally built one half of the building was fitted out with two coal fired units. The other half of the building remained empty except for being used for storage / workshop.

The existing GT units, GT1 to GT4, are located to the south east side of the site. GT1 and GT2 are located within a building and connected to the 275kV grid via the coal station electrical systems. GT3 and GT3 are located in separate cabinets, north of the building which houses GT1 and GT2. and connected to the 275kV grid via a common grid connection that is independent to the coal station. The step-up transformer for GT3 and GT4 is located just to the north of GT3 and GT4, this compound also has the 275kV cable sealing ends.

The BESS system is physically located in the coal station and connected into one of the coal unit electrical systems for import and export.

There is currently no natural gas onsite, however a natural gas supply will be brought onto the Kilroot site for the new OCGTs and gas engine package.

The works will be undertaken on an operational Power Station Site.

Further detail in relation to the Client requirements can be found in the Market Brochure appended to this SQ. The technical specifications for the Procurement will be formally issued to all Economic Operators shortlisted for the tender stage.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 August 2021

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

31 May 2021

Local time

12:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street,

Belfast

BT1 3JY

Country

United Kingdom