Contract notice

Information

Published

Date of dispatch of this notice: 07/06/2022

Expire date: 11/07/2022

External Reference: 2022-290156

TED Reference: 2022/S 111-312487

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Commission for Regulation of Utilities
N/A
The Grain House, The Exchange, Belgard Square North
Tallaght
Dublin 24 D24 PXW0
IE
Contact person: Katarina Holohan
Telephone: +353 14000800
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.cru.ie

Northern Ireland Authority for Utility Regulation
14 Queens Street
Belfast
BT1 6ED
UK
Contact person: Katarina Holohan
Telephone: +353 14000800
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
Main address: http://www.cru.ie

I.2)

Joint procurement

The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:  
Irish Procurement Regulations & Northern Irish Procurement Regulations
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=215990&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.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Regulatory Body

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Capacity Auction Monitor
Reference number:  011-03-454
II.1.2)

Main CPV code

79210000  -  Accounting and auditing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Commission for Regulation of Utilities and the Northern Ireland Authority for Utility Regulation (also known as the Utility Regulator (UR)) , together referred to as the Regulatory Authorities (RAs), have jointly regulated the all-island wholesale electricity market known as the Single Electricity Market (SEM) covering both Ireland and Northern Ireland respectfully. The decision-making body which governs the market is the SEM Committee (SEMC).
The role of the Capacity Auction Monitor (CAM) is to provide independent assurance to the SEM Committee, Regulatory Authorities and other internal and external stakeholders that the System Operators’ are correctly carrying out all of their obligations under the CMC. This includes the SOs conduct during the Provisional Qualification Process as well as the SOs conduct before, during and after running all Capacity Auctions.
II.1.5)

Estimated total value

Value excluding VAT: 450000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79200000  -  Accounting, auditing and fiscal services
79212000  -  Auditing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 24, D24 PXW0
II.2.4)

Description of the procurement

The Capacity Remuneration Mechanism (CRM) is a system of auctions for the procurement of multiple MWs of electricity generating capacity from multiple bidders for different delivery timeframes. This is a key feature of ensuring electricity security of supply across the Single Electricity Market (SEM).
The RAs administration of the CRM is led by the CRM Team on behalf of the SEM Committee. This includes the administration of the rules, known as the Capacity Market Code (CMC), execution of relevant auctions processes as defined within the CMC (including Exceptions Applications) and the setting of parameters that form inputs to each auction process (including where relevant, input in the policy positions relating to the methodologies that are used to set parameters).
The role of the Capacity Auction Monitor (CAM) is to provide independent assurance to the SEM Committee, Regulatory Authorities and other internal and external stakeholders that the System Operators’ are correctly carrying out all of their obligations under the CMC. This includes the SOs conduct during the Provisional Qualification Process as well as the SOs conduct before, during and after running all Capacity Auctions.
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: 450000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authorities will have the right under any Services Contract to extend the Term for a period or periods of up to a total of 12 Months on the same terms and conditions, subject to the Contracting Authorities’ obligations at law.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The contract will be awarded for a term of thirty-six (36) months with the option to extend for a further twelve (12) month period with a maximum of one (1) such extension.
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

Please consult the associated documentation which contains full instructions regarding this submission of tenders and is available to download on www.etenders.gov.ie using RFT ID 215855.

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 consult the associated documentation which contains full instructions regarding this submission of tenders and is available to download on www.etenders.gov.ie using RFT ID 215855.
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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  11/07/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  11/07/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Inns Quay
Dublin
7
IE
Internet address: www.courts.ie