Section one: Contracting entity
one.1) Name and addresses
Utility Regulator
UTILITY REGULATOR QUEENS HOUSE,14 QUEEN STREET
BELFAST
BT16ED
Contact
Fiona McCormick
Telephone
+44 2890316630
Country
United Kingdom
Region code
UKN06 - Belfast
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1232
one.1) Name and addresses
Commission for Regulation of Utilities
The Grain House, The Exchange, Belgard Square North, Tallaght
Dublin 24
D24 PXW0
Telephone
+353 14000800
Country
Ireland
Region code
IE - Ireland
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1232
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
Irish Procurement Regulations & Northern Irish Procurement Regulations
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ted.europa.eu/udl?uri=TED:NOTICE:229334-2023:TEXT:EN:HTML
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=240383&B=ETENDERS_SIMPLE
one.6) Main activity
Other activity
Utility Regulation
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Wholesale Electricity Market Forecasting Software
Reference number
011-03-493
two.1.2) Main CPV code
- 72212460 - Analytical, scientific, mathematical or forecasting software development services
two.1.3) Type of contract
Services
two.1.4) Short description
Since 1st November 2007, the Northern Ireland Authority for Utility Regulation ("NIAUR" or "Utility Regulator") and the Commission for Utility Regulation ("CRU"), together referred to as the "Regulatory Authorities" or "RAs", have jointly regulated the all-Island wholesale electricity market known as the Single Electricity Market ("SEM") covering both Northern Ireland and the Republic of Ireland. The decision-making body which governs the market is the SEM Committee ("SEMC"). Further information on the SEMC's role and relevant legislation can be found on the website, www.semcommittee.com.
The Contracting Authorities require modelling software that has an ability to forecast wholesale electricity prices and generator schedules which range from scenario analysis to directly setting forward contracts prices and volumes. The modelling software output can be vital for informing policy decisions through detailed analysis. The RAs invite tenders for the provision of Wholesale Electricity Market Forecasting Software. The tender documents can be found at:
https://ted.europa.eu/udl?uri=TED:NOTICE:229334-2023:TEXT:EN:HTML
two.1.5) Estimated total value
Value excluding VAT: 1,500,000 EUR
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 72200000 - Software programming and consultancy services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Since 1st November 2007 the Utility Regulator of Northern Ireland (UREGNI) and the Commission for Regulation of Utilities (CRU) together referred to as the Regulatory Authorities or RAs, have jointly regulated the all-Island wholesale electricity market known as the Single Electricity Market (SEM) covering both Northern Ireland and the Republic of Ireland. The decision-making body which governs the market is the SEM Committee (SEMC).
The Contracting Authorities require modelling software that has an ability to forecast wholesale electricity prices and generator schedules which range from scenario analysis to directly setting forward contracts prices and volumes. The modelling software output can be vital for informing policy decisions through detailed analysis.
Please refer to the RFT for further details, including:
A non-exhaustive list of the Contracting Authorities functions that will require wholesale electricity forecasting;
Functional Specification;
Non Functional Specification;
Functional Questions;
Invoicing Arrangements;
Service Levels and
Key Performance Indicators.
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: 1,500,000 EUR
two.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 reserve the right to extend the term for a period or periods of up to 24 months with a maximum of 2 such extension or extensions on the same terms and conditions subject to either of the Contracting Authorities obligations at law as required.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contracting authorities reserve the right to extend the term for a period or periods of up to 24 months with a maximum of 2 such extension or extensions on the same terms and conditions subject to either of the Contracting Authorities obligations at law as required.
two.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 239049.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please consult the associated documentation available to download on www.etenders.gov.ie using RFT ID 239049.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 076-229334
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
18 May 2023
Local time
12:00pm
Changed to:
Date
22 May 2023
Local time
12:00pm
See the change notice.
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 May 2023
Local time
12:15pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court
Inns Quay
Dublin
7
highcourtcentraloffice@courts.ie
Country
Ireland