Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 28/04/2023

External Reference: 2023-206385

TED Reference: 2023/S 086-263612

Contract award notice - utilities

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: Anna Pocock
Telephone: +353 872852842
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 - Gate 8
Reference number:  ENQEIR811
II.1.2)

Main CPV code

71314000  -  Energy and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This tender process in now complete. Gate 8 covered all 12 services.
There is:
- A separate DS3 System Services Agreement for services in Ireland, which is to be entered into with EirGrid; and
- A separate DS3 System Services Agreement for services in Northern Ireland, which is to be entered into with SONI
The services are split into a number of Lots for each of the TSOs as follows:
- Lots 1IE – 12IE relate to the System Services required by EirGrid.
- Lots 1NI – 12NI relate to the System Services required by SONI.
The start date of each of the Contracts awarded under Gate 8 is 1st April 2023. It is intended that the term of each Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract.
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
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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 eight 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
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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 nine 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
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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 ten 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
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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 eight 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
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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 six 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
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, 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity
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 was no successful tenderer 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
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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 three 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
II.2.4)

Description of the procurement

Synchronous Inertial Response (SIR) is the kinetic energy (at a Frequency of 50 Hz) 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 was no successful tenderer 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
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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 five 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
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 5 hours after the 3 hour period has elapsed. It is limited by the lowest availability in that 8 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 was one successful tenderer 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
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 8 hours after the 8 hour period has elapsed. It is limited by the lowest availability in that 16 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 was one successful tenderer awarded a place on the qualification system for this lot.
II.2)

Description

II.2.1)

Title

FFR L12IE - Fast Frequency Response
Lot No:  12
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Fast Frequency Response (FFR) is the additional MW Output or MW reduction required compared to the pre- incident MW output or MW reduction, which is fully available from a providing unit within 2 seconds after the start of an event and sustainable up to 10 seconds after the start of the event
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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 seven 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:  13
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN IRELAND
II.2.4)

Description of the procurement

Primary Operating Reserve and 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 two 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:  14
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 three 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:  15
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 two 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:  16
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 was one successful tenderer 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:  17
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 was one successful tenderer awarded a place on the qualification system for this lot.
II.2)

Description

II.2.1)

Title

RRS L6NI - Replacement Reserve (Synchronised)
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
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, 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 was no successful tenderer 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:  19
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 was no successful tenderer awarded a place on the qualification system for this lot.
II.2)

Description

II.2.1)

Title

SIR L8NI - Synchronous Inertial Response
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
II.2.4)

Description of the procurement

Synchronous Inertial Response (SIR) is the kinetic energy (at a Frequency of 50 Hz) 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 was no 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:  21
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 was one successful tenderer 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:  22
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN 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 5 hours after the 3 hour period has elapsed. It is limited by the lowest availability in that 8 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 was one successful tenderer 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:  23
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN 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 8 hours after the 8 hour period has elapsed. It is limited by the lowest availability in that 16 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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 was no successful tenderer awarded a place on the qualification system for this lot.
II.2)

Description

II.2.1)

Title

FFR L12NI - Fast Frequency Response
Lot No:  24
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN IRELAND
II.2.4)

Description of the procurement

Fast Frequency Response (FFR) is the additional MW Output or MW reduction required compared to the pre- incident MW output or MW reduction, which is fully available from a providing unit within 2 seconds after the start of an event and sustainable up to 10 seconds after the start of the event
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 Contract will last until 30th April 2024, as per the decision of the Regulatory Authority set out in SEM-21-021 System Services Future Arrangements - Decision Paper 1, but with an option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases for one additional time period of up to eighteen (18) months, at the discretion of the Contracting Entity.
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 two 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 : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2022/S 241-694840

Section V: Award of contract

Lot No: 1

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

Lot No: 2

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

Contract No: 3

Lot No: 3

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

Lot No: 4

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

Contract No: 09/12/2022

Lot No: 5

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

Contract No: 6

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

Contract No: 7

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

Contract No: 8

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

Contract No: 9

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

Contract No: 10

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

Contract No: 11

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

Contract No: 12

Title: FFR L12IE - Fast Frequency 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

Contract No: 13

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

Contract No: 14

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

Contract No: 15

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

Contract No: 16

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

Contract No: 17

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

Contract No: 18

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

Contract No: 19

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

Contract No: 20

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

Contract No: 21

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

Contract No: 22

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

Contract No: 23

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 V: Award of contract

Contract No: 24

Title: FFR L12NI - Fast Frequency 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 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. 71 contracts awarded across 24 lots to 15 suppliers. Some existing contracted providing units submitted tenders for lots in error or submitted tenders that ultimately did not result in any change to contracted capability following testing and some units submitted tenders to amend existing contracted capability but decided to no longer contract for a service prior to contract execution. These lots are not included in the notified awarded contracts/volumes. 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 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