Opportunity

SONI031

  • SONI Ltd

F05: Contract notice – utilities

Notice reference: 2023/S 000-037077

Published 18 December 2023, 11:05am



Section one: Contracting entity

one.1) Name and addresses

SONI Ltd

12 Manse Road

Belfast

BT6 9RT

Email

Tenders2@soni.ltd.uk

Telephone

+44 2890794336

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.soni.ltd.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43172

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.mytenders.co.uk

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SONI031

two.1.2) Main CPV code

  • 71314000 - Energy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

DS3 System Services - Volume Uncapped – Gate 10

two.1.5) Estimated total value

Value excluding VAT: 37,386,000 EUR

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

POR L1NI - Primary Operating Reserve

SOR L2NI - Secondary Operating Reserve

TOR1 L3NI - Tertiary 1 Operating Reserve

TOR2 L4NI - Tertiary 2 Operating Reserve

RRD L5NI - Replacement Reserve (De-Synchronised)

RRS L6NI - Replacement Reserve (Synchronised)

SSRP L7NI - Steady State Reactive Power

SIR L8NI - Synchronous Inertial Response

RM1 L9NI - Ramping Margin 1 Hour

RM3 L10NI - Ramping Margin 3 Hour

RM8 L11NI - Ramping Margin 8 Hour

FFR L12NI - Fast Frequency Response

two.2) Description

two.2.1) Title

SOR L2NI - Secondary Operating Reserve

Lot No

2

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Secondary Operating reserve or ‘SOR’ has the meaning given to it in the grid code.

two.2.5) Award criteria

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

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

Start date

1 April 2024

End date

30 April 2026

This contract is subject to renewal

Yes

Description of renewals

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, at the discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any subsequent phases envisaged under the DS3 Programme.

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

Envisaged minimum number: 999

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Interested parties should download or refer to the tender pack attached to notice for this contract for full details.

two.2) Description

two.2.1) Title

TOR1 L3NI - Tertiary 1 Operating Reserve

Lot No

3

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Tertiary 1 operating reserve or ‘TOR1’ has the meaning given to it in the grid code.

two.2.5) Award criteria

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

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

Start date

1 April 2024

End date

30 April 2026

This contract is subject to renewal

Yes

Description of renewals

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, at the discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any subsequent phases envisaged under the DS3 Programme.

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

Envisaged minimum number: 999

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Interested parties should download or refer to the tender pack attached to notice for this contract for full details.

two.2) Description

two.2.1) Title

TOR2 L4NI - Tertiary 2 Operating Reserve

Lot No

4

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Tertiary 2 operating reserve or ‘TOR2’ has the meaning given to it in the grid code.

two.2.5) Award criteria

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

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

Start date

1 April 2024

End date

30 April 2026

This contract is subject to renewal

Yes

Description of renewals

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, at the discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any subsequent phases envisaged under the DS3 Programme.

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

Envisaged minimum number: 999

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Interested parties should download or refer to the tender pack attached to notice for this contract for full details.

two.2) Description

two.2.1) Title

RRD L5NI - Replacement Reserve (De-Synchronised)

Lot No

5

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

two.2.5) Award criteria

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

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

Start date

1 April 2024

End date

30 April 2026

This contract is subject to renewal

Yes

Description of renewals

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, at the discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any subsequent phases envisaged under the DS3 Programme.

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

Envisaged minimum number: 999

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Interested parties should download or refer to the tender pack attached to notice for this contract for full details.

two.2) Description

two.2.1) Title

RRS L6NI - Replacement Reserve (Synchronised)

Lot No

6

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

two.2.5) Award criteria

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

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

Start date

1 April 2024

End date

30 April 2026

This contract is subject to renewal

Yes

Description of renewals

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, at the discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any subsequent phases envisaged under the DS3 Programme.

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

Envisaged minimum number: 999

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Interested parties should download or refer to the tender pack attached to notice for this contract for full details.

two.2) Description

two.2.1) Title

SSRP L7NI - Steady State Reactive Power

Lot No

7

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Steady-state reactive power or ‘SSRP’ means reactive power capability (Leading) and reactive power capability

(Lagging).

two.2.5) Award criteria

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

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

Start date

1 April 2024

End date

30 April 2026

This contract is subject to renewal

Yes

Description of renewals

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, at the discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any subsequent phases envisaged under the DS3 Programme.

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

Envisaged minimum number: 999

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Interested parties should download or refer to the tender pack attached to notice for this contract for full details.

two.2) Description

two.2.1) Title

SIR L8NI - Synchronous Inertial Response

Lot No

8

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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)

two.2.5) Award criteria

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

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

Start date

1 April 2024

End date

30 April 2026

This contract is subject to renewal

Yes

Description of renewals

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, at the discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any subsequent phases envisaged under the DS3 Programme.

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

Envisaged minimum number: 999

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Interested parties should download or refer to the tender pack attached to notice for this contract for full details.

two.2) Description

two.2.1) Title

RM1 L9NI - Ramping Margin 1 Hour

Lot No

9

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

two.2.5) Award criteria

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

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

Start date

1 April 2024

End date

30 April 2024

This contract is subject to renewal

Yes

Description of renewals

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, at the discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any subsequent phases envisaged under the DS3 Programme.

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

Envisaged minimum number: 999

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Interested parties should download or refer to the tender pack attached to notice for this contract for full details.

two.2) Description

two.2.1) Title

RM3 L10NI - Ramping Margin 3 Hour

Lot No

10

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

two.2.5) Award criteria

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

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

Start date

1 April 2024

End date

30 April 2026

This contract is subject to renewal

Yes

Description of renewals

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, at the discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any subsequent phases envisaged under the DS3 Programme.

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

Envisaged minimum number: 999

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Interested parties should download or refer to the tender pack attached to notice for this contract for full details.

two.2) Description

two.2.1) Title

RM8 L11NI - Ramping Margin 8 Hour

Lot No

11

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

two.2.5) Award criteria

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

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

Start date

1 April 2024

End date

30 April 2026

This contract is subject to renewal

Yes

Description of renewals

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, at the discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any subsequent phases envisaged under the DS3 Programme.

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

Envisaged minimum number: 999

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Interested parties should download or refer to the tender pack attached to notice for this contract for full details

two.2) Description

two.2.1) Title

FFR L12NI - Fast Frequency Response

Lot No

12

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

two.2.5) Award criteria

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

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

Start date

1 April 2024

End date

30 April 2026

This contract is subject to renewal

Yes

Description of renewals

) Option for the TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases, at the discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any subsequent phases envisaged under the DS3 Programme.

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

Envisaged minimum number: 999

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Interested parties should download or refer to the tender pack attached to notice for this contract for full details.

two.2) Description

two.2.1) Title

POR L1NI - Primary Operating Reserve

Lot No

1

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.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.

two.2.5) Award criteria

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

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

Start date

1 April 2024

End date

30 April 2026

This contract is subject to renewal

Yes

Description of renewals

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, at the discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any subsequent phases envisaged under the DS3 Programme.

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

Envisaged minimum number: 999

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Interested parties should download or refer to the tender pack attached to the notice for this contract for full details.


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

Tariff

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Interested parties should download or refer to the tender pack attached to notice for this contract for full details.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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: 2017/S 241-501414

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

Date

24 January 2024

Local time

12:00pm

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

24 January 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: Yes

Estimated timing for further notices to be published: Gate Process – refers to the period subsequent to the initial contract round whereby Tenderers may apply for a place on the Qualification System at any time. However, the award of contracts is anticipated to occur at six monthly intervals; however the precise intervals will be at the discretion of the Contracting Entity.

six.3) Additional information

1) Interested parties must register their interest on the mytenders web site (www.mytenders.co.uk) 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 Portal (www.mytenders.co.uk) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.

2) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.

3) Contract award will be subject to the approval of the competent authorities.

4) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.

5) 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.

6) 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.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230929.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:230929)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit