Contract notice

Information

Published

Date of dispatch of this notice: 16/09/2014

Expire date: 29/10/2014

External Reference: 2014-033977

TED Reference: 2014/S 181-319787

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

The Regulatory Authorities c/o CER
N/A
The Exchange, Belgard Square North
Dublin 24  Tallaght
IE
For the attention of: Siobhan Keating
Telephone: +353 14000800
E-mail: procurement@cer.ie
Fax: +353 14000850
Internet address(es):
General address of the contracting authority: http://www.cer.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/1232
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81067&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81067&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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 authority

Body governed by public law
I.3)

Main activity

  • Other: Regulatory Bodies
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes
Northern Ireland Authority for Utility Regulation
Queens House, 14 Queen Street
BT1 6ED  Belfast
UK

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Project Manager for the Detailed Design and Implementation of I-SEM

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No27:  Other services
    Main site or location of works, place of delivery or of performance:

    Dublin & Belfast

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    Since 1st November 2007 there has been an all-island wholesale electricity market in operation, covering Ireland and Northern Ireland, known as the Single Electricity Market (SEM). The SEM is a centralised mandatory pool market in which all key electricity generators and suppliers must participate. Further information on the SEM, including various regulatory documents referenced in this Request for Tenders, can be found at http://www.allislandproject.org/.

    The SEM is regulated jointly by the Commission for Energy Regulation (CER) in Dublin and the Northern Ireland Authority for Utility Regulation (or Utility Regulator) in Belfast, known as the Regulatory Authorities or RAs. The decision-making body which governs the market is the SEM Committee, consisting of the CER, the Utility Regulator as well as an independent member (who also has a deputy), with each entity having one vote.

    The SEM is to undergo radical transformation arising from changes to European legislation designed to create a single wholesale electricity market across Europe. The new market design developed by the SEM Committee will result in what has been named an Integrated SEM (I-SEM) which will more fully facilitate coupling with the electricity market in the rest of Europe.

    The RAs commenced the I-SEM project in 2010. The project is split into a number of phases with the current phase being Phase 3.

    The RAs are now seeking a Project Manager to assist with delivery of Phase 3 of the I-SEM project, as set-out in this contract notice. The contract will run from 1st December 2014 to end December 2016, with an option to renew by a maximum of up to 12 months if needed, as a contingency. It is anticipated that this role will be full-time in nature: the indicative requirement is for 220 working days on an annual basis, for 25 months, with monthly contract management and reporting arrangements on specific tasks.

    II.1.6)

    Common procurement vocabulary (CPV)

    72224000   Project management consultancy services
    79421000   Project-management services other than for construction work
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The contract will run from 1st December 2014 to end December 2016, with an option to renew by a maximum of up to 12 months if needed, as a contingency. It is anticipated that this role will be full-time in nature: the indicative requirement is for 220 working days on an annual basis, for 25 months, with monthly contract management and reporting arrangements on specific tasks.

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    Number of possible renewals:  1
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 12 (from the award of the contract)
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 025 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.2)

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

    Tender prices must be submitted in both EUR and Pound Sterling.

    Rates quoted in Euro will be used for the comparison between the tenderers. Tenderers should note that the CER or UR will bear the costs of the consultancy in the proportions: 50 % to the CER and 50 % to the UR. All fees and expenses shall have to be invoiced separately to the CER and UR in these proportions.

    All invoices issued to the CER will be in Euro and subject to Irish VAT and Withholding Tax.

    All invoices issued to UR will be in Sterling and subject to Northern Ireland VAT. The rates quoted in the tender will be the rate used throughout the life of the contract. The CER or UR will not be liable for any exposure resulting from changes in exchange rates.

    The liability of the CER and UR for the payment of all fees and expenses shall be severable, not joint and severable. On no account will either the CER or UR be accountable for any fees and expenses incurred by the other.

    III.1.3)

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

    A grouping, if successful, must contract as a single entity, having joint and severable liability.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    All tenderers are required to complete a Declaration of Bona Fides pursuant to Article 45 EU Directive 2001/1/EC (See Appendix B of Request for Tender).

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please refer to Section 4.1 of the Request for Tender document, available to download from www.etenders.gov.ie for relevant conditions with respect to Qualification Criteria applicable to this contract.

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Please refer to Section 4.1 of the Request for Tender document, available to download from www.etenders.gov.ie for relevant conditions with respect to Qualification Criteria applicable to this contract.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The 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 auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    011-03-308

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    29.10.2014 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    EN,GA
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    [DurationDays]: 160 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Chief Registrar, Four Courts, Inns Quay
    Dublin 7  Dublin
    IE
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained