Contract notice - utilities

Information

Published

Date of dispatch of this notice: 26/06/2015

Expire date: 27/07/2015

External Reference: 2015-638243

TED Reference: 2015/S 124-228381

Contract notice - utilities

Cached Version

Contract notice

Utilities

Directive 2004/17/EC

Services

Section I: Contracting entity

I.1)

Name, addresses and contact point(s)

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Dublin 4  Ballsbridge
IE
For the attention of: Paul Valentine
Telephone: +353 12370200
E-mail: paul.valentine@eirgrid.com
Fax: +353 16615375
Internet address(es):
General address of the contracting entity: http://www.eirgrid.com
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/219
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89588&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)

Main activity

  • Electricity
I.3)

Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity:

I-SEM Phase 2: To support Nominated Electricity Market Operator (NEMO) Functions

II.1.2)

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

Services
    Category No6:  Financial services a) Insurances services b) Banking and investment services
    Main site or location of works, place of delivery or of performance:

    Dublin

    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)

    The objective of this Pre-Qualification Questionnaire (PQQ) process is to produce

    a short-list of suitably qualified companies who will be invited to tender for a service provider offering to help EirGrid meet the scope of their responsibilities for

    the Integrated Single Electricity Market (I-SEM). This PQQ covers a broad scope

    of functional roles and responsibilities for the I- SEM. The RAs are currently in the

    process of determining the roles and responsibilities for I-SEM, including

    designation of the Nominated Electricity Market Operator (NEMO), in accordance

    with the provisions of the Capacity Allocation and Congestion Management

    (CACM) Network Code. Until these roles and responsibilities are known with

    certainty, the scope offered in this PQQ, as it relates to EirGrid’s final assigned

    roles and responsibilities, remains tentative. Indeed, EirGrid reserves the right to

    cancel this procurement process should the RAs not approve SONI & EirGrid’s

    application for NEMO designation (decision expected in October 2015). The

    contract will be awarded for a period of six years with an option to extend

    annually for up to an additional 48 months, subject always to the satisfactory

    performance of the successful suppliers. While it is intended to use this contract

    for the procurement of services falling within its scope during its lifetime, EirGrid

    reserves the right to conduct a separate competition for the procurement of any

    services. Only one candidate will be awarded the final contract.

    Following on from the assessment of Questionnaires, it is envisaged that up to 4

    of the highest ranked Candidates will be invited to tender, provided a sufficient

    number of suitably qualified candidates is available, and subject to the quality of

    those responses received. The selection of Candidates will be on the basis of the

    objective criteria and rules stated in Section 7 of this questionnaire.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66151100   Electronic marketplace retailing services
    Supplementary vocabulary
    48700000   Software package utilities
    48800000   Information systems and servers
    48812000   Financial information systems
    66151000   Financial market operational services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

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

    Information about 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 initial contract period envisaged is 6 years with the possibility to extend annually up to a further 4 years, subject always to the satisfactory performance of the supplier.

    Estimated cost excluding VAT: 12000000  EUR
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    The initial contract period envisaged is 6 years with the possibility to extend annually up to a further 4 years, subject always to the satisfactory performance of the supplier.

    The estimated cost value included the possible extension of 4 years.

    Provisional timetable for recourse to these options:
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Starting  01. 02. 2016  Completion  01. 10. 2021

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

    III.1.2)

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

    Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

    III.1.3)

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

    Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

    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:

    Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

    III.2.2)

    Economic and financial ability

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

    Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

    III.2.3)

    Technical capacity

    Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

    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: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Negotiated
    Some candidates have already been selected (if appropriate under certain types of negotiated procedures):  no
    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 entity

    ENQEIR459

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    27.07.2015 - 22:00
    IV.3.5)

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

    EN
    Other: 

    Irish

    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.3)

    Additional information:

    1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.

    2) This is the sole call for competition for this service.

    3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.

    4) Contract award will be subject to the approval of the competent authorities.

    5) It will be a condition of award that candidates are tax compliant and are in a position to produce a valid tax clearance certificate from the Revenue Commissioners when requested.

    6) If for any reason it is not possible to award the contract one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to award the contract to the next ranked tenderer as appropriate.

    7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.

    8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words ‘or equivalent’ will always be appended.

    9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Four Courts
    7  Dublin
    IE
    Telephone: +353 18886000
    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:

    The contracting authority will not conclude this contract to which a standstill period applies in accordance with Irish Statutory Instrument SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification on concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation in this contract.

    VI.4.3)

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

    Central office of the High Courts (Appeal Section
    Ground Floor, East Wing, Inns Quay
    7  Dublin
    IE
    Telephone: +353 18886000
    Internet address: http://www.courts.ie