Contract notice - utilities

Information

Published

Date of dispatch of this notice: 06/08/2021

Expire date: 13/09/2021

External Reference: 2021-214450

TED Reference: 2021/S 154-410300

Contract notice - utilities

Contract notice – utilities

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: tenders@eirgrid.com
Telephone: +353 012370000
NUTS code:  IE -  IRELAND
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=194787&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

System Services Auction Design Support
Reference number:  ENQEIR772
II.1.2)

Main CPV code

79957000  -  Auction organisation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The successful Tenderer will review and provide detailed feedback on a number of auction design proposals, propose alternative options and will make recommendations on the most appropriate design based on a set of needs and criteria. This will include both daily auction design proposals and other competitive arrangements/ alternative arrangements for products not in the auction, which may include fixed tenders for a subset of services aimed at new-build service providers. Once the most appropriate design has been identified and agreed with EirGrid, the successful Tenderer will design all aspects of the auction and make recommendations as to how to make the transition from the existing arrangements to the new arrangements. The programme of work will consists of three main phases.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
72212470  -  Auction software development services
79342400  -  Auction 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

The successful Tenderer will review and provide detailed feedback on a number of auction design proposals, propose alternative options and will make recommendations on the most appropriate design based on a set of needs and criteria. This will include both daily auction design proposals and other competitive arrangements/ alternative arrangements for products not in the auction, which may include fixed tenders for a subset of services aimed at new-build service providers. Once the most appropriate design has been identified and agreed with EirGrid, the successful Tenderer will design all aspects of the auction and make recommendations as to how to make the transition from the existing arrangements to the new arrangements. The programme of work will consists of three main phases:
• Phase 1 will encompass support to the TSOs in assessing the potential high level designs proposed by the SEMC in their high level design consultation and in formulating a response.
• Phase 2 will cover the development of the detailed design of the arrangements, including the development of a functional specification for the auction platform/communication with the Regulatory Authorities and with industry.
• Phase 3 will involve the development of procedures/scenarios for associated testing of the auction platform.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 8
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period envisaged is 8 months with the possibility to extend for up to 4 additional 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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
III.1.6)

Deposits and guarantees required

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
III.1.7)

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.1.8)

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.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

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

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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/09/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  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 or eTax Clearance 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 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 authority 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

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