Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 11/05/2021

External Reference: 2021-258604

TED Reference: 2021/S 093-245351

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
NUTS code:  IE -  IRELAND
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

Audit of Scheduling and Dispatch Process
Reference number:  ENQEIR698
II.1.2)

Main CPV code

79212000  -  Auditing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

EirGrid and SONI require a professional, experienced, independent auditor to review the scheduling and dispatch process and to report on their findings in relation to the compliance of the process in the context of relevant obligations.
The inputs in the process include parameters to give effect to a range of policies, participant data and system data. These inputs are processed by systems designed to give effect to all of EirGrid and SONI’s obligations. The outputs include Indicative Operations Schedules, dispatch instructions, imbalance pricing calculation factors and market reports.
The scheduling and dispatch process operates within an obligations framework that extends from European Regulations through to the Trading and Settlement Code and Grid Codes. A complete list of obligations is set out in the Balancing Market Principles Statement.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement ( Agree to publish? yes )

Value excluding VAT:  1000000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

79212000  -  Auditing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

EirGrid and SONI require a professional, experienced, independent auditor to review the scheduling and dispatch process and to report on their findings in relation to the compliance of the process in the context of relevant obligations.
The inputs in the process include parameters to give effect to a range of policies, participant data and system data. These inputs are processed by systems designed to give effect to all of EirGrid and SONI’s obligations. The outputs include Indicative Operations Schedules, dispatch instructions, imbalance pricing calculation factors and market reports.
The scheduling and dispatch process operates within an obligations framework that extends from European Regulations through to the Trading and Settlement Code and Grid Codes. A complete list of obligations is set out in the Balancing Market Principles Statement. Key sources of explicit obligations in the scheduling and dispatch process include, but are not limited to:
• Licence to Participate in the Transmission of Electricity granted to SONI Limited, Consolidated Feb 2019;
• SONI Grid Code including modifications;
• Transmission System Operator Licence granted to EirGrid, March 2017;
• EirGrid Grid Code including modifications;
• Trading and Settlement Code Part B including modifications;
• SONI Operating Security Standards;
• EirGrid Operating Security Standards;
• SEM-11-062 on Principles of Dispatch and the Design of the Market Schedule in the Trading and Settlement Code;
• Regulation (EU) 1227 / 2011 on Wholesale Energy Market Integrity and Transparency (REMIT)
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Quality criterion  -  Name:  Project Team  /  Weighting:  40
Quality criterion  -  Name:  Project Mangement  /  Weighting:  10
Price  -  Weighting:  50
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period envisaged is for 3 years with the possibility to extend annually up to a further 2 years, subject always to the satisfactory performance of the supplier.
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

The estimate contract value of €1000000 is taking into account the contract being extended for the additional 2 years.

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: 2019/S 238-585131

Section V: Award of contract

Contract No: 1

Title: Audit of Scheduling and Dispatch Process

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/05/2021
V.2.2)

Information about tenders ( Agree to publish? yes )

Number of tenders received:  1
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

PWC
One Spencer Dock, North Wall Quay
Dublin
1
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT) ( Agree to publish? yes )

Initial estimated total value of the contract/lot:  1000000.00  EUR
Total value of the contract/lot:  1000000.00  EUR

Section VI: Complementary information

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 Ireland
dublin
7
IE
Telephone: +353 18886000
Internet address: 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, Appeals Section
Ground Floor, East Wing, Inns Quay
Dublin
7
IE
Telephone: +353 18886000
Internet address: www.courts.ie