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).
Deadline
The time limit for receipt of tenders was 2020-03-20.
The procurement was published on 2020-02-14.
Object Scope of the procurement
Title: Energy Trading Services
ENQEIR688
Products/services: Energy and related services📦
Short description:
“Under the requirements of European Network Codes, interconnector capacity is considered firm. The interconnector operators manage the commercial exposure...”
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).
Show more
Estimated value excluding VAT: EUR 2 000 000 💰
1️⃣
Additional products/services: Energy and related services📦
Place of performance: Éire/Ireland🏙️
Main site or place of performance: Dublin.
Description of the procurement:
“Under the requirements of European Network Codes, interconnector capacity is considered firm. The interconnector operators manage the commercial exposure...”
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.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 2 000 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 36
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
“‘Please see Information memorandum and pre-qualification questionnaire attached to this notice.’” Information about options
Options ✅
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...”
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 2 000 000 EUR is taking into account the full duration of the contract including the possible extensions.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
““Please see information memorandum and pre-qualification questionnaire attached to this notice.”” Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions for participation
List and brief description of rules and criteria:
““Please see information memorandum and pre-qualification questionnaire attached to this notice.””
Deposits and guarantees required:
““Please see information memorandum and pre-qualification questionnaire attached to this notice.””
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
““Please see information memorandum and pre-qualification questionnaire attached to this notice.””
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
““Please see information memorandum and pre-qualification questionnaire attached to this notice.”” Conditions related to the contract
Contract performance conditions:
““Please see information memorandum and pre-qualification questionnaire attached to this notice.””
Procedure Type of procedure
Negotiated procedure with prior call for competition
Administrative information
Time limit for receipt of tenders or requests to participate: 2020-03-20
12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information 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...”
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.
Show more Review body
Name: The High Court
Postal address: Four Courts
Postal town: Dublin 7
Country: Ireland 🇮🇪
Phone: +353 18886000📞
URL: http://www.courts.ie🌏 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...”
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.
Show more Service from which information about the review procedure may be obtained
Name: Central office of the High Courts (Appeal Section)
Postal address: Ground Floor, East Wing, Inns Quay
Postal town: Dublin 7
Country: Ireland 🇮🇪
Phone: +353 18886000📞
URL: http://www.courts.ie🌏
Source: OJS 2020/S 034-081406 (2020-02-14)
Contract award notice (2020-10-16) Contracting authority Name and addresses
Postal address: Block 2 - The Oval, 160 Shelbourne Road, Dublin 4
Object Scope of the procurement
Short description:
“Under the requirements of European Network Codes, interconnector capacity is considered firm. The interconnector operators manage the commercial exposure...”
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).
Show more Description
Description of the procurement:
“Under the requirements of European Network Codes, interconnector capacity is considered firm. The interconnector operators manage the commercial exposure...”
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.
Show more Information about options
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...”
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 EUR 2 million is taking into account the full duration of the contract including the possible extensions.
Procedure Administrative information
Previous publication concerning this procedure: 2020/S 034-081406
Award of contract
1️⃣
Contract Number: 1
Title: Energy Trading Services
Information on non-award
Other reasons (discontinuation of procedure)
Complementary information 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...”
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.
Show more Review body
Postal address: Four Courts Dublin 7 Ireland
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...”
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.
Show more Service from which information about the review procedure may be obtained
Postal address: Ground Floor, East Wing, Inns Quay,Dublin 7 Ireland
Source: OJS 2020/S 205-500356 (2020-10-16)