Tender

Regional Nominations Platform 2.0

  • NATIONAL GRID INTERCONNECTORS LIMITED
  • RTE RESEAU DE TRANSPORT D'ELECTRICITE
  • ENERGINET SYSTEMANSVAR A/S
  • NEMO LINK LIMITED
  • NATIONAL GRID IFA2 LIMITED
Show 2 more buyers Show fewer buyers
  • NATIONAL GRID VIKING LINK LIMITED
  • NATIONAL GRID NORTH SEA LINK LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-002200

Procurement identifier (OCID): ocds-h6vhtk-0433a0

Published 23 January 2024, 11:19am



Section one: Contracting entity

one.1) Name and addresses

NATIONAL GRID INTERCONNECTORS LIMITED

1-3 Strand

LONDON

WC2N5EH

Contact

Radka Street, IT Senior Buyer

Email

Radka.Street@nationalgrid.com

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

03385525

Internet address(es)

Main address

https://www.nationalgrid.com/national-grid-ventures

one.1) Name and addresses

RTE RESEAU DE TRANSPORT D'ELECTRICITE

Immeuble Window, 7C Place du dôme

La défense Cedex

92037

Contact

Radka Street

Email

Radka.Street@nationalgrid.com

Country

France

Region code

FR - France

France

444 619 258

Internet address(es)

Main address

https://www.rte-france.com/en/home

one.1) Name and addresses

ENERGINET SYSTEMANSVAR A/S

Tonne Kjærsvej 65

Fredericia

DK-7000

Contact

Radka Street

Email

Radka.Street@nationalgrid.com

Country

Denmark

Region code

DK - Denmark

Denmark

39314959

Internet address(es)

Main address

https://en.energinet.dk/

one.1) Name and addresses

NEMO LINK LIMITED

1-3 Strand

London

WC2N 5EH

Contact

Radka Street

Email

Radka.Street@nationalgrid.com

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

08169409

Internet address(es)

Main address

https://www.nemolink.co.uk/

one.1) Name and addresses

NATIONAL GRID IFA2 LIMITED

1-3 Strand

London

WC2N 5EH

Email

Radka.Street@nationalgrid.com

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

09129992

Internet address(es)

Main address

https://www.nationalgrid.com/national-grid-ventures

one.1) Name and addresses

NATIONAL GRID VIKING LINK LIMITED

1-3 Strand

London

WC2N 5EH

Email

Radka.Street@nationalgrid.com

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

09075537

Internet address(es)

Main address

https://www.nationalgrid.com/national-grid-ventures

one.1) Name and addresses

NATIONAL GRID NORTH SEA LINK LIMITED

1-3 Strand

London

WC2N 5EH

Email

Radka.Street@nationalgrid.com

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

08082344

Internet address(es)

Main address

https://www.nationalgrid.com/national-grid-ventures

one.2) Information about joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries, state applicable national procurement law

Law of England & Wales, with a parallel notice being published in the OJEU and the procurement complying with relevant requirements of the national procurement laws of France and Denmark.

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.achilles.com/uvdb/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.achilles.com/uvdb/

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Regional Nominations Platform 2.0

two.1.2) Main CPV code

  • 72212100 - Industry specific software development services

two.1.3) Type of contract

Services

two.1.4) Short description

The contract is for the replacement of the Regional Nominations Platform (RNP) currently used to operate a number of UK-EU interconnectors. The procurement covers application development, hosting, maintenance, support and helpdesk services.

The RNP is used to nominate against capacity purchased in the Long-term, Day Ahead and Intraday auctions. 24/7 helpdesk is available to the customers and the Power Trading Team to support if there is an issue with completing the nominations process or if there is an interconnector unplanned outage.

two.1.5) Estimated total value

Value excluding VAT: £17,300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72200000 - Software programming and consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • DK - Denmark
  • FR - France

two.2.4) Description of the procurement

Scope

The scope of the contract/tender covers the following:

• Hosting (either deployed on physical hardware or to the cloud) secured by design to meet the standards of NIST cyber security framework including maintenance patching, disaster recovery solution, etc.

• Application development - UI rich interface to support our customers in the nominations process, either through intuitive GUI and an option for an API for data extraction. Needs to be secure by design. Should include testing, roll out, support, patching, disaster recovery solution, training, user guides/manuals.

• Support and maintenance;

• 24/7 Helpdesk services to support the Client, customers, trading teams, provide reporting, user management, support during system incidents, development of standard operating procedures.

The RNP 2.0 aims to deliver a new solution for Belgium, France, Denmark and UK in the current scope for handling the Nomination aspects of the overall Capacity Management of the Interconnector as well as the interfacing with the national TSOs, and other market coupling systems.

The details of the scope are outlined below:

• Receipt/Calculation, Verification and Processing of Net Transfer Capacity

• Interconnector Outage Management

• Calculation of Available Transfer Capacity and provision to the Allocation Platform(s)

• Facilitating of Explicit Auctions and Market Coupling at various timescales on other platforms

• Receipt of Capacity Rights from the Allocation Platform(s)

• Nominations at Long Term, Day Ahead and Intraday timescales

• Market Notifications

• Nomination interfaces for Physical Transmission Rights (PTR)

• Nomination Curtailment

• Publications (includes Transparency publications to UK/EU TSOs and Transparency Platforms)

• Customer self-service for account management

• APIs to support data extraction and submission by Client and end users including auditable confirmations of successful use for end users

• Multifactor authentication of users

• Clean UI central screen that allows customisable end user dashboards/homepages/data tables to tailor the UI to their preference

• End user notifications which are effective and customisable based on preferences

Timescales

The Client anticipates to award the contract in January 2025 with a view that the Design will commence within 4 weeks of Contract Award and the Implementation phase being completed by October 2026, giving an absolute maximum contingency period until December 2026.

Provisional tender timeline - Please note that these timescales are indicative only and are subject to change solely at the discretion of the Client. Bidders should ensure that appropriate personnel are available throughout the procurement process.

• Issue of PQQ on Achilles: 14th February 2024

• PQQ deadline: 13th March 2024

• Issue RFP: 2nd May 2024

• RFP deadline: 13th June 2024

• RFP clarifications, presentations, demos: Mid-June to mid-September 2024

• Negotiations: October to November 2024

• Contract award: 6th January 2025

Participation

The Client uses a global qualification system Achilles UVDB for 1st stage pre-qualification. Suppliers willing to express an interest in the tender event will be required to be registered on Achilles UVDB as a Silver Plus member under the following code(s) before the end of 13th February 2024:

• 1.5.10 Utility Software and/or

• 2.1.3.5 Software Helpdesk Services

Suppliers not registered under the code(s) at the point of tender launch (PQQ) will not be able to participate.

The PQQ will be a questionnaire divided into general questions regarding the applicant and more specific questions regarding the applicant's experience relevant to the scope of the project. Full details about the PQQ process will be described within the PQQ documentation.

The Client

RNP 2.0 platform will be shared by the Interconnectors IFA, IFA2, Nemo Link, Viking Link and North Sea Link. The Client may wish to add additional parties to the Platform throughout the lifetime of the Contract.

The applicable national procurement law is that of England & Wales, with a parallel notice being published in the OJEU and the procurement complying with relevant requirements of the national procurement laws of France and Denmark.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £17,300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

144

This contract is subject to renewal

Yes

Description of renewals

Minimum initial term of 3 years from go-live. Possible renewal options (for example 3+5+2, 4+3+3, 5+3+2) will be explored in the RFP. Maximum contract duration of 10 years from go-live.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Mandatory Client Standards will be evaluated on a Pass / Fail basis. Failure to pass these questions may lead to the Client deselecting you from the Pre-Qualification process at its discretion. This section includes a financial assessment, security questionnaire etc.

Technical Standards will be evaluated on a Pass / Fail basis. Failure to pass these questions may lead to the Client deselecting you from the Pre-Qualification process at its discretion.

Experience/Case Studies - These questions will be evaluated on a scored basis. Each question will be scored and assigned a score from 0-4. A minimum score of 3 for each question is required in order to be shortlisted to the RFP stage.

three.1.6) Deposits and guarantees required

The Client reserves the right to request a parent company guarantee at a contract award stage if deemed required.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As stated in the procurement documents.

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

As stated in the procurement documents.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents - Contract terms and conditions will be shared in the PQQ.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 March 2024

Local time

1:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

2 May 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.3) Additional information

Electronic invoicing details will be outlined in the PQQ documentation.

This joint procurement exercise is being led by National Grid Interconnectors Limited for and on behalf of itself and RTE Reseau de Transport d'electricite, Nemo Link Limited, National Grid IFA2 Limited, National Grid Viking Link Limited, National Grid North Sea Link Limited (NSL), and Energinet Systemansvar A/S.

As National Grid's interconnector business is run by National Grid Ventures (NGV) which operates outside of National Grid's core regulated transmission businesses in the UK, it is not subject to the Utilities Contracts Regulations 2016 (UCR 2016). However, for the purposes of this joint procurement with the above contracting entities, the procurement is being conducted in accordance with the principles of the UCR 2016 and the EU Utilities Directive 2014/25/EU so as to ensure compliance with relevant national public procurement law in French and Denmark.

All PQQ and RFP responses must be submitted in English. All communication (before, during and after the procurement) must be made in English.

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom