Award

22/012 - GNI (UK) Brighouse Bay Compressor Station, LV Switchgear Replacement

  • GNI (UK) Limited

F15: Voluntary ex ante transparency notice

Notice identifier: 2022/S 000-013474

Procurement identifier (OCID): ocds-h6vhtk-033b40

Published 19 May 2022, 12:57pm



Section one: Contracting authority/entity

one.1) Name and addresses

GNI (UK) Limited

Scotland

Kirkcudbright

DG64TR

Contact

Tender Admin

Email

Tenders@gasnetworks.ie

Telephone

+44 214239065

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.gasnetworks.ie

one.6) Main activity

Production, transport and distribution of gas and heat


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

22/012 - GNI (UK) Brighouse Bay Compressor Station, LV Switchgear Replacement

Reference number

22/012

two.1.2) Main CPV code

  • 31214000 - Switchgear

two.1.3) Type of contract

Supplies

two.1.4) Short description

22/012 - GNI (UK) Brighouse Bay Compressor Station, LV Switchgear Replacement

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

GNI UK Ltd acting as reasonable and prudent gas transporter are committed to operating a safe, reliable and sustainability transmission and distribution network.

GNI UK own and operate the high pressure natural gas South West Scotland Onshore System (SWSOS) which connects the upstream Great Britain (GB) National Transmission System (NTS) to the Republic of Ireland (RoI), Northern Ireland (NI) and Isle of Man systems via subsea interconnector pipelines.

Brighouse Bay Compressor Station (BBCS) is a critical node located on the SWSOS consisting of six (6) gas turbine compressor units which ensure safe and secure onward transportation of natural gas to the RoI transmission system and Isle of Man offtake.

Brighouse Bay electrical demand is served by two (2) 11kV / 400V transformer substations, two (2) low voltage (LV) electrical switchroom / motor control centres (MCC1 and MCC2) and one standby diesel generator.

MCC1 is in operation since the station was first commissioned in 1993. MCC1 electrical assets consist of one (1) main distribution switchgear panel, three (3) motor control centres panels (MCC A, B, C), one (1) large general services and lighting distribution panel and one (1) power factor correction panel. The main distribution panel also incorporates transformer protection and standby generator controls.

MCC1 serves as the primary power distribution hub for the Brighouse admin and control building, utility and services building, workshops, compressor halls and is critical for the reliable operation and continuous availability of three (3) turbine compressor units (Units A, B, C).

GNI UK commissioned a site wide review of the Brighouse electrical installation in 2018. Findings from the study show MCC1 electrical equipment has reached end of useful life with some functional units now obsolete. The study also highlights constraints associated with operability and functionality of the current switchgear arrangement, circuity configuration, means of isolation, and working area / operational access.

The study recommends to replace and upgrade all MCC1 equipment and install a new temporary transportable generator inlet connection / changeover panel.

GNI UK now wish to procure the replacement of all associated MCC1 switchgear as detailed in the BBCS switchgear specification (Ref. 18074-20-SP-0001)

The specification covers the design, manufacture, factory acceptance testing, storage, handling, delivery, site re-assembly, verification testing and pre-commissioning of LV power switchgear and control gear.

Equipment to be supplied includes one (1) main distribution switchgear panel, three (3) motor control centre panels (MCC), one (1) general service distribution board, one (1) power factor correction panel, and one (1) transportable generator inlet / changeover panel.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

Fundamental to the successful delivery of goods or services is the economic operators ability to demonstrate the switchgear solution offered can be manufactured, delivered, reassembled and installed in accordance with BBCS switchgear specification (Ref. 18074-20-SP-0001) without the need to alter the basis of design, specification, extend or substantially reconstruct the existing building.

Optimised design footprint and orientation for all switchgear assemblies is essential for installation, re-termination of existing cables, future operation and maintenance due to the limited working area available.

MCC1 supplies power to critical turbine compressor machinery which cannot be fully isolated for the duration of work therefore the switchgear offered must be designed and manufactured to allow for the equipment to be re-assembled and installed in sequence over a phased construction period.

Having conducted initial market consultation with a number of OEMs and licenced switchgear manufacturers followed by three (3) competitive procurement procedures between 2020 - 2022, Eaton Electrical Systems Limited Ireland have emerged as the only economic operator who have demonstrated capability to meet the requirements of the BBCS switchgear specification in full.

Previous tender submissions and clarifications received from other tenderers failed to demonstrate or guarantee compliance with GNI UK requirements.

All previous tenderers could not provide an optimised switchgear geometry tailored for site installation as per the layouts and orientation detailed in the specification.

Some tender submissions did not offer withdrawable switchgear. Some tender submissions did not comply in full with internal arc fault criteria as specified.

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

18 May 2022

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

EATON Electrical Systems Ireland

30 Pembroke Road

Dublin 4

Country

Ireland

NUTS code
  • IE - Ireland
The contractor/concessionaire is an SME

No


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court

High Court Central Office, Four Courts, Inns Quay

Dublin

Email

highcourtcentraloffice@courts.ie

Telephone

+353 18886000

Country

Ireland

Internet address

http://www.courts.ie

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Please refer to Statutory Instrument 131 of 2010, European Communities (Award of Contracts by Utility Undertaking) (Review Procedures) Regulations 2010 (and in particular Regulation 7 and 10(2)).