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
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.