POR L1IE - Primary Operating Reserve
Lot No:
1
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Primary Operating Reserve or ‘POR’ has the meaning given to it in the Grid Code.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 57 successful Tenderers awarded a place on the Qualification System for this Lot.
SOR L2IE - Secondary Operating Reserve
Lot No:
2
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Secondary Operating Reserve or ‘SOR’ has the meaning given to it in the Grid Code.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass/ Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass/ Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 60 successful Tenderers awarded a place on the Qualification System for this Lot.
TOR1 L3IE - Tertiary 1 Operating Reserve
Lot No:
3
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Tertiary 1 Operating Reserve or ‘TOR1’ has the meaning given to it in the Grid Code.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 64 successful Tenderers awarded a place on the Qualification System for this Lot.
TOR2 L4IE - Tertiary 2 Operating Reserve
Lot No:
4
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Tertiary 2 Operating Reserve or ‘TOR2’ has the meaning given to it in the Grid Code.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 58 successful Tenderers awarded a place on the Qualification System for this Lot.
RRD L5IE - Replacement Reserve (De-Synchronised)
Lot No:
5
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
“RR (De-synchronised)” means Replacement Reserve provided by the Providing Unit when
(i) not Synchronised to the Power System in the case of a Synchronous Providing Unit, or
(ii) when connected to the Power System and operating at a level less or equal to 0 MW in the case of an Energy Storage Providing Unit or
(ii) when connected to the Power System in the case of a Demand Side Unit;
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months..
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 47 successful Tenderers awarded a place on the Qualification System for this Lot.
RRS L6IE - Replacement Reserve (Synchronised)
Lot No:
6
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
“RR (Synchronised)” means Replacement Reserve provided by the Providing Unit when
(i) Synchronised to the Power System in the case of a Synchronous Providing Unit,
(ii) or (ii) when connected to the Power System and operating at a level greater than 0 MW in the case of an Energy Storage Providing Unit or Power Park Module;
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 48 successful Tenderers awarded a place on the Qualification System for this Lot.
SSRP L7IE - Steady State Reactive Power
Lot No:
7
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Steady-State Reactive Power or ‘SSRP’ means Reactive Power Capability (Leading) and Reactive Power Capability (Lagging).
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 78 successful Tenderers awarded a place on the Qualification System for this Lot.
SIR L8IE - Synchronous Inertial Response
Lot No:
8
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Synchronous Inertial Response (SIR) is the Kinetic Energy (at a Frequency of 50Hz) of a Centrally Dispatched Synchronous Providing Unit multiplied by the SIR Factor (SIRF).
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 31 successful Tenderers awarded a place on the Qualification System for this Lot.
RM1 L9IE - Ramping Margin 1 Hour
Lot No:
9
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Ramping Margin 1 is the increased MW Output and/or MW Reduction that a Providing Unit can provide to the Company within one hour of the Company issuing a Dispatch Instruction to a Service Provider and that the Providing Unit can maintain for
a further two hours after the one hour period has elapsed. It is limited by the lowest Availability in that three hour period.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months..
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 63 successful Tenderers awarded a place on the Qualification System for this Lot.
RM3 L10IE - Ramping Margin 3 Hour
Lot No:
10
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Ramping Margin 3 is the increased MW Output and/or MW Reduction that a Providing Unit can provide to the Company within three hours of the Company issuing a Dispatch Instruction to a Service Provider and that the Providing Unit can maintain for a further five hours after the three hour period has elapsed. It is limited by the lowest Availability in that eight hour period.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots (on the same terms and conditions) for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 55 successful Tenderers awarded a place on the Qualification System for this Lot.
RM8 L11IE - Ramping Margin 8 Hour
Lot No:
11
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Ramping Margin 8 is the increased MW Output and/or MW Reduction that a Providing Unit can provide to the Company within eight hours of the Company issuing a Dispatch Instruction to a Service Provider and that the Providing Unit can maintain for a further eight hours after the eight hour period has elapsed. It is limited by the lowest Availability in that sixteen hour period.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months..
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 55 successful Tenderers awarded a place on the Qualification System for this Lot.
POR L1NI - Primary Operating Reserve
Lot No:
12
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
NUTS code:
UKN -
NORTHERN IRELAND
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Primary Operating Reserve or ‘POR’ has the meaning given to it in the Grid Code.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months..
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 24 successful Tenderers awarded a place on the Qualification System for this Lot.
SOR L2NI - Secondary Operating Reserve
Lot No:
13
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
NUTS code:
UKN -
NORTHERN IRELAND
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Secondary Operating Reserve or ‘SOR’ has the meaning given to it in the Grid Code.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 24 successful Tenderers awarded a place on the Qualification System for this Lot.
TOR1 L3NI - Tertiary 1 Operating Reserve
Lot No:
14
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
NUTS code:
UKN -
NORTHERN IRELAND
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Tertiary 1 Operating Reserve or ‘TOR1’ has the meaning given to it in the Grid Code.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 20 successful Tenderers awarded a place on the Qualification System for this Lot.
TOR2 L4NI - Tertiary 2 Operating Reserve
Lot No:
15
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
NUTS code:
UKN -
NORTHERN IRELAND
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Tertiary 2 Operating Reserve or ‘TOR2’ has the meaning given to it in the Grid Code.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 20 successful Tenderers awarded a place on the Qualification System for this Lot.
RRD L5NI - Replacement Reserve (De-Synchronised)
Lot No:
16
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
NUTS code:
UKN -
NORTHERN IRELAND
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
“RR (De-synchronised)” means Replacement Reserve provided by the Providing Unit when
(i) not Synchronised to the Power System in the case of a Synchronous Providing Unit,
or
(ii) when connected to the Power System and operating at a level less or equal to 0 MW in the case of an Energy Storage Providing Unit or
(ii) when connected to the Power System in the case of a Demand Side Unit;
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 15 successful Tenderers awarded a place on the Qualification System for this Lot.
RRS L6NI - Replacement Reserve (Synchronised)
Lot No:
17
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
NUTS code:
UKN -
NORTHERN IRELAND
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
“RR (Synchronised)” means Replacement Reserve provided by the Providing Unit when
(i) Synchronised to the Power System in the case of a Synchronous Providing Unit,
(ii) or (ii) when connected to the Power System and operating at a level greater than 0 MW in the case of an Energy Storage Providing Unit or Power Park Module;
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 15 successful Tenderers awarded a place on the Qualification System for this Lot.
SSRP L7NI - Steady State Reactive Power
Lot No:
18
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
NUTS code:
UKN -
NORTHERN IRELAND
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Steady-State Reactive Power or ‘SSRP’ means Reactive Power Capability (Leading) and Reactive Power Capability (Lagging).
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 16 successful Tenderers awarded a place on the Qualification System for this Lot.
SIR L8NI - Synchronous Inertial Response
Lot No:
19
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
NUTS code:
UKN -
NORTHERN IRELAND
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Synchronous Inertial Response (SIR) is the Kinetic Energy (at a Frequency of 50Hz) of a Centrally Dispatched Synchronous Providing Unit multiplied by the SIR Factor (SIRF).
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 13 successful Tenderers awarded a place on the Qualification System for this Lot.
RM1 L9NI - Ramping Margin 1 Hour
Lot No:
20
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
NUTS code:
UKN -
NORTHERN IRELAND
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Ramping Margin 1 is the increased MW Output and/or MW Reduction that a Providing Unit can provide to the Company within one hour of the Company issuing a Dispatch Instruction to a Service Provider and that the Providing Unit can maintain for a further two hours after the one hour period has elapsed. It is limited by the lowest Availability in that three hour period.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 21 successful Tenderers awarded a place on the Qualification System for this Lot.
RM3 L10NI - Ramping Margin 3 Hour
Lot No:
21
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
NUTS code:
UKN -
NORTHERN IRELAND
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Ramping Margin 3 is the increased MW Output and/or MW Reduction that a Providing Unit can provide to the Company within three hours of the Company issuing a Dispatch Instruction to a Service Provider and that the Providing Unit can maintain for a further five hours after the three hour period has elapsed. It is limited by the lowest Availability in that eight hour period.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 18 successful Tenderers awarded a place on the Qualification System for this Lot.
RM8 L11NI - Ramping Margin 8 Hour
Lot No:
22
II.2.2)
Additional CPV code(s)
71314000
-
Energy and related services
II.2.3)
Place of performance
NUTS code:
UKN -
NORTHERN IRELAND
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Ramping Margin 8 is the increased MW Output and/or MW Reduction that a Providing Unit can provide to the Company within eight hours of the Company issuing a Dispatch Instruction to a Service Provider and that the Providing Unit can maintain for a further eight hours after the eight hour period has elapsed. It is limited by the lowest Availability in that sixteen hour period.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Technical Compliance
/
Weighting:
Pass / Fail
Quality criterion
-
Name:
Legal
/
Weighting:
Pass / Fail
Cost criterion
-
Name:
Tariff
/
Weighting:
N/A
II.2.11)
Information about options
Options:
yes
Description of options:
It is intended that the term of each Agreement will be 5 years, but with an option for each TSO to extend the term of its Agreement in respect of any or all of its applicable lots for up two additional time periods of eighteen (18) months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
There were 18 successful Tenderers awarded a place on the Qualification System for this Lot.