Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 16/11/2018

External Reference: 2018-239504

TED Reference: 2018/S 224-513601

Contract award notice - utilities

Cached Version

Contract award notice – utilities

Results of the procurement procedure

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
Contact person: Sinéad Connolly
Telephone: +353 12370335
NUTS code:  IE -  IRELAND
Internet address(es):
I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

DS3 System Services – Volume Uncapped
Reference number:  ENQEIR583
II.1.2)

Main CPV code

71314000  -  Energy and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

A separate DS3 System Services Agreement has been awarded for both EirGrid (as contracting entity for the Agreement applicable to Ireland) and SONI (as contracting entity for the Agreement applicable to Northern Ireland).
The Services are split into a number of lots for each of the TSOs as follows:
— Lots 1IE — 11IE relate to the System Services required by EirGrid.
— Lots 1NI — 11NI relate to the System Services required by SONI.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  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 57 successful Tenderers awarded a place on the Qualification System for this Lot.
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  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 60 successful Tenderers awarded a place on the Qualification System for this Lot.
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  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 64 successful Tenderers awarded a place on the Qualification System for this Lot.
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  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 58 successful Tenderers awarded a place on the Qualification System for this Lot.
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  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 47 successful Tenderers awarded a place on the Qualification System for this Lot.
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  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 48 successful Tenderers awarded a place on the Qualification System for this Lot.
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  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 78 successful Tenderers awarded a place on the Qualification System for this Lot.
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  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 31 successful Tenderers awarded a place on the Qualification System for this Lot.
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  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 63 successful Tenderers awarded a place on the Qualification System for this Lot.
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  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 (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.
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  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 55 successful Tenderers awarded a place on the Qualification System for this Lot.
II.2)

Description

II.2.1)

Title

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.
II.2)

Description

II.2.1)

Title

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.
II.2)

Description

II.2.1)

Title

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.
II.2)

Description

II.2.1)

Title

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.
II.2)

Description

II.2.1)

Title

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.
II.2)

Description

II.2.1)

Title

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.
II.2)

Description

II.2.1)

Title

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.
II.2)

Description

II.2.1)

Title

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.
II.2)

Description

II.2.1)

Title

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.
II.2)

Description

II.2.1)

Title

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.
II.2)

Description

II.2.1)

Title

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.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 241-501414
IV.2.9)

Information about termination of call for competition in the form of a periodic indicative notice

The contracting entity will not award any further contracts based on the above periodic indicative notice

Section V: Award of contract

Title: POR L1IE - Primary Operating Reserve

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: SOR L2IE - Secondary Operating Reserve

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: TOR1 L3IE - Tertiary 1 Operating Reserve

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: TOR2 L4IE - Tertiary 2 Operating Reserve

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: RRD L5IE - Replacement Reserve (De-Synchronised

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: RRS L6IE - Replacement Reserve (Synchronised)

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: SSRP L7IE - Steady State Reactive Power

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: SIR L8IE - Synchronous Inertial Response

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: RM1 L9IE - Ramping Margin 1 Hour

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: RM3 L10IE - Ramping Margin 3 Hour

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: RM8 L11IE - Ramping Margin 8 Hour

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: POR L1NI - Primary Operating Reserve

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: SOR L2NI - Secondary Operating Reserve

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: TOR1 L3NI - Tertiary 1 Operating Reserve

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: TOR2 L4NI - Tertiary 2 Operating Reserve

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: RRD L5NI - Replacement Reserve (De-Synchronised)

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: RRS L6NI - Replacement Reserve (Synchronised)

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: SSRP L7NI - Steady State Reactive Power

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: SIR L8NI - Synchronous Inertial Response

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: RM1 L9NI - Ramping Margin 1 Hour

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: RM3 L10NI - Ramping Margin 3 Hour

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Title: RM8 L11NI - Ramping Margin 8 Hour

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section VI: Complementary information

VI.3)

Additional information

There is a large volume of information that would not be possible to include in a notice e.g. over 820 contracts awarded across 22 Lots to 129 suppliers.
A broadcast notification will be issued on etenders to all parties who registered an interest with the names of all successful tenderers and their applicable Lots and the contracted volumes for all Lots together with the forecast expenditure.
The names of all successful tenderers and their applicable Lots and the contracted volumes for all Lots together with the forecast expenditure. will also be published on the EirGrid and SONI websites in due course.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contracting entity will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, 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.4.4)

Service from which information about the review procedure may be obtained

Consult a legal advisor
Dublin
IE