Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 18/10/2020

External Reference: 2020-254122

TED Reference: 2020/S 205-500356

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: Peter Whearity
Telephone: +353 12370166
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Energy Trading Services
Reference number:  ENQEIR688
II.1.2)

Main CPV code

71314000  -  Energy and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Under the requirements of European Network Codes, interconnector capacity is considered firm. The interconnector operators manage the commercial exposure associated with physical unavailability on the link. This objective is captured under the SEM NRA decision on Balance Responsibility, as set out in the ‘Interim Cross Zonal TSO Arrangements for GB-ISEM go-live’ where interconnector owners are assigned responsibility for management of imbalance charges in the event of a forced outage.
Imbalance charges will arise under a forced outage as EWIC capacity normally utilised by the market can no longer be delivered as the interconnector is unavailable.
In order to effectively manage imbalance exposure in the event of a forced outage and reduce the overall exposure to the TUoS customer it is necessary for EirGrid PLC to engage an energy trader on behalf of (EIDAC).
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
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Under the requirements of European Network Codes, interconnector capacity is considered firm. The interconnector operators manage the commercial exposure associated with physical unavailability on the link. This objective is captured under the SEM NRA decision on Balance Responsibility, as set out in the ‘Interim Cross Zonal TSO Arrangements for GB-ISEM go-live’ where interconnector owners are assigned responsibility for management of imbalance charges in the event of a forced outage.
Imbalance charges will arise under a forced outage as EWIC capacity normally utilised by the market can no longer be delivered as the interconnector is unavailable.
In order to effectively manage imbalance exposure in the event of a forced outage and reduce the overall exposure to the TUoS customer it is necessary for EirGrid PLC to engage an energy trader on behalf of (EIDAC). The trading partner will buy and sell energy in both the Irish and GB electricity markets (carry out trading) on behalf of EIDAC to reconcile the market position of the EWIC at both ends of the link.
The Scope of Requirements is expected to include, but is not limited to registration (at their cost) of Balancing Mechanism Units (BMUs) in both Elexon and SEM that should have a combined Generation and Demand Capacity of at least 1030 MW (representing the full potential swing of the interconnector).
The Energy Trading Partner will then be permitted under specific notification events to combine trades in relation to the East West Interconnector with their market based trades subject to the requirement that the BMU can facilitate the size of trades required.
The scope will also require Communications between EirGrid PLC and the Trading Partner, Reporting, Credit cover and Conflict of interest mitigation.
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period envisaged is 3 years with the possibility to extend annually up to a further 2 years, subject always to the satisfactory performance of the supplier.
The estimated spend of 2 million EUR is taking into account the full duration of the contract including the possible extensions.
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 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: 2020/S 034-081406

Section V: Award of contract

Contract No: 1

Title: Energy Trading Services

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

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 Ireland
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 Ireland
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie