Financial information systems (№10603968)

18 oct

Number: 10603968

Country: Ireland

Source: TED


Link to original

To view links to the source need to register

Publication date


18-10-2018

Description


  1. Section I
    1. Name and addresses
      EirGrid plc
      Block 2 - The Oval, 160 Shelbourne Road
      Ballsbridge
      Dublin 4
      Ireland
      Telephone: +353 12370200
      E-mail: [email protected]
    2. Type of the contracting authority:
    3. Main activity:
  2. Section II
    1. Scope of the procurement:
      1. Title:

        I-SEM Phase 2: To Support Nominated Electricity Market Operator (NEMO) Functions

        Reference number: ENQEIR459
      2. Main CPV code:
        48812000, 48700000, 48800000, 66151000, 66151100
      3. Type of contract:
        Services
      4. Short description:

        This tender process is closed.

        The objective of this Pre-Qualification Questionnaire (PQQ) process is to produce a short-list of suitably qualified companies who will be invited to tender for a service provider offering to help EirGrid meet the scope of their responsibilities for the Integrated Single Electricity Market (I-SEM). The contract will be awarded for a period of 6 years with an option to extend annually for up to an additional 48 months, subject always to the satisfactory performance of the successful suppliers.

      5. Information about lots:
        This contract is divided into lots: no
      6. Total value of the procurement:
        Value
    2. Description
      1. Title:
      2. Additional CPV code(s):
        48700000, 48800000, 66151000, 66151100
      3. Place of performance:
        Main site or place of performance:

        Dublin

      4. Description of the procurement:

        The objective of this Pre-Qualification Questionnaire (PQQ) process is to produce the provisions of the capacity allocation and congestion management a short-list of suitably qualified companies who will be invited to tender for a service provider offering to help EirGrid meet the scope of their responsibilities for the Integrated Single Electricity Market (I-SEM). This PQQ covers a broad scope of functional roles and responsibilities for the I- SEM. The RAs are currently in the process of determining the roles and responsibilities for I-SEM, including designation of the Nominated Electricity Market Operator (NEMO), in accordance with the provisions of the Capacity Allocation and Congestion Management (CACM) Network Code. Until these roles and responsibilities are known with certainty, the scope offered in this PQQ, as it relates to EirGrid’s final assigned roles and responsibilities, remains tentative. Indeed, EirGrid reserves the right to cancel this procurement process should the RAs not approve SONI and EirGrid’s application for NEMO designation (decision expected in October 2015). The contract will be awarded for a period of 6 years with an option to extend annually for up to an additional 48 months, subject always to the satisfactory performance of the successful suppliers. While it is intended to use this contract dor the procurement of services falling within its scope during its lifetime, EirGrid reserves the right to conduct a separate competition for the procurement of any services. Only one candidate will be awarded the final contract. Following on from the assessment of Questionnaires, it is envisaged that up to 4 of the highest ranked candidates will be invited to tender, provided a sufficient number of suitably qualified candidates is available, and subject to the quality of those responses received. The selection of candidates will be on the basis of the objective criteria and rules stated in Section 7 of this questionnaire.

      5. Award criteria:
        Quality criterion - Name: Service Implementation / Weighting: 15
        Quality criterion - Name: Service Requirements / Weighting: 40
        Quality criterion - Name: Service Delivery Management / Weighting: 10
        Quality criterion - Name: Legal / Weighting: 5
        Price - Weighting: 30
      6. Information about options:
        Options: yesDescription of options:

        The initial contract period envisaged is 6 years with the possibility to extend annually up to a further 4 years, subject always to the satisfactory performance of the supplier.

        The estimated cost value includes the possible extension of 4 years.

      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
      2. Information about a framework agreement or a dynamic purchasing system:
        The procurement involves the establishment of a framework agreement
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2015/S 124-228381
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: 1
      Title:

      I-SEM Phase 2: To Support Nominated Electricity Market Operator (NEMO) Functions

    2. Award of contract
      1. Date of conclusion of the contract: 2018-09-11
      2. Information about tenders:
        Number of tenders received: 2
        Number of tenders received by electronic means: 2
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        EPEX SPOT
        FR10508010501
        5 Boulevard Montmartre
        Paris
        France
        E-mail: [email protected]
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):
        Initial estimated total value of the contract/lot: 10 350 543.00 EUR
        Total value of the contract/lot: 10 350 543.00 EUR
      5. Information about subcontracting:

  5. Section VI
    1. Additional information
    2. Procedures for review
      1. Review body
        Central office of the High Courts (Appeal Section
        Ground Floor, East Wing, Inns Quay
        Dublin
        7
        Ireland
        Telephone: +353 18886000
      2. Body responsible for mediation procedures

      3. Service from which information about the review procedure may be obtained

    3. Date of dispatch of this notice
      2018-10-15