Contract notice

Information

Published

Date of dispatch of this notice: 10/10/2014

Expire date: 21/11/2014

External Reference: 2014-244167

TED Reference: 2014/S 198-350029

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

The Regulatory Authorities c/o CER
N/A
The Exchange, Belgard Square North
Dublin 24  Tallaght
IE
For the attention of: Siobhan Keating
Telephone: +353 14000800
E-mail: procurement@cer.ie
Fax: +353 14000850
Internet address(es):
General address of the contracting authority: http://www.cer.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/1232
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81616&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81616&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Other: Regulatory Bodies
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes
Northern Ireland Authority for Utility Regulation
Queens House, 14 Queen Street
BT1 6ED  Belfast
UK

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Multiple Member Framework Agreement for Consultancy Support in SEM and I-SEM

II.1.2)

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

Services
    Category No27:  Other services
    Main site or location of works, place of delivery or of performance:

    Dublin & Belfast

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    maximum number of participants to the framework agreement envisaged: 8
    Duration of the framework agreement
    Duration in years: 4
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT: 6000000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    The Regulatory Authorities now invite tenders for membership of a multi-member framework agreement for consultancy support in SEM and I-SEM, relating to economic & technical advice and policy development & implementation.

    The duration of the framework agreement is for a maximum period of 4 years, i.e. from 1 January 2015 to 31 December 2018.

    The following are the some of the key areas of work for which this support may be required:

    • I-SEM Capacity Remuneration Mechanism;

    • I-SEM Energy Trading Arrangements;

    • I-SEM Market Power Mitigation;

    • I-SEM Forward Market Liquidity;

    • I-SEM Governance and Licensing;

    • Regulation of TSOs and MO for I-SEM;

    • DS3 System Services, including procurement mechanism detailed design; and,

    • Post I-SEM go-live issues.

    Please note that while these are the current anticipated work areas for mini-tender competitions under the framework, they are subject to change and could be reduced or added to.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    79311400   Economic research services
    Supplementary vocabulary
    71600000   Technical testing, analysis and consultancy services
    71621000   Technical analysis or consultancy services
    72220000   Systems and technical consultancy services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

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

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    It is envisaged that there will be 8 tenderers selected for framework membership through this tendering process (or up to 8, if there are fewer than 8 valid and suitable tenders received) and that the framework will be in place for a maximum period of 4 years from 1 January 2015 to 31 December 2018.

    The Regulatory Authorities intend to procure the majority of economic & technical consultancy support relating to SEM and I-SEM work areas through mini-tender competitions among framework members. However, please note that the Regulatory Authorities reserve the right to seek tenders for additional work outside of the framework at the sole discretion of Regulatory Authorities.

    The estimated value (exclusive of VAT) of the framework agreement (including the value of all call-off contracts) is in the order of €6 million (excl. VAT) over the four year duration. This estimate is provided for information purposes only and is not binding. There is no guarantee of any particular volume, value, scope or frequency of work or call-off contracts. It is possible that the actual value may be significantly higher or lower than estimated and this estimate does not in any way limit the scope, volume or quantity of services that may be drawn down under the framework agreement.

    Call-off contracts will be awarded within the limits of the terms laid down in the framework agreement. This will be done by issuing a Statement of Work (SOW) which will identify the specific details relevant to the SOW concerned, e.g. project scope, price, key personnel etc.

    For the avoidance of doubt, the conclusion of a framework agreement with a framework member does not guarantee the awarding of any call off contract whatsoever.

    Estimated cost excluding VAT: 6000000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.2)

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

    Tenderers should note that the Commission and the Authority will bear the costs of the consultancy in the proportions: 50% to the Commission and 50% to the Authority.

    All fees and expenses shall have to be invoiced separately to the Commission and the Authority in these proportions.

    All invoices issued to the Commission will be in Euro and subject to Irish VAT and Withholding Tax.

    All invoices issued to the Authority will be in Sterling and subject to Northern Ireland VAT.

    The liability of the Commission and the Authority for the payment of all fees and expenses shall be severable, not joint and severable. On no account will either the Commission or the Authority be accountable for any fees and expenses incurred by the other.

    III.1.3)

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

    A grouping, if successful, must contract as a single entity, having joint and severable liability.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

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

    All tenderers are required to complete a Declaration of Bona Fides pursuant to Article 45 EU Directive 2001/1/EC (See Appendix B of Request for Tender).

    III.2.2)

    Economic and financial ability

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

    Please refer to Section 4.1 of the Request for Tender document, available to download from www.etenders.gov.ie for relevant conditions with respect to Qualification Criteria applicable to this contract.

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

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

    Please refer to Section 4.1 of the Request for Tender document, available to download from www.etenders.gov.ie for relevant conditions with respect to Qualification Criteria applicable to this contract.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    011-03-300

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    21.11.2014 - 12:00
    IV.3.6)

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

    [Language_EN], [Language_GA]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    [DurationDays]: 160 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Chief Registrar, Four Courts, Inns Quay
    7  Dublin
    IE
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

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