By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

For the Provision of an I-SEM Systems Integrator.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

AES Kilroot Power Ltd
AES KIlroot Power Station, Larne Road, Carrickfergus
For the attention of: Steven Rodgers
BT38 7LX Belfast
United Kingdom
Telephone: +44 2893351644
E-mail:

Internet address(es):

General address of the contracting entity: http://www.aes.com

Address of the buyer profile: http://www.aesukireland.com

Electronic access to information: https://aes.app.box.com

Electronic submission of tenders and requests to participate: https://aes.app.box.com

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Main activity
Electricity
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
For the Provision of an I-SEM Systems Integrator.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: AES Kilroot Power Ltd, Larne Road, Carrickfergus, County Antrim, Northern Ireland, BT38 7LX.

NUTS code UKN0

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
AES is looking to engage a System Integrator, System developer and business process developer in preparation for I-SEM to implement the developed IT system architecture identified by the business requirements scoping exercise.
II.1.6)Common procurement vocabulary (CPV)

72220000, 35710000, 35711000, 48000000, 72212900, 72246000, 72253200, 72212215, 48215000, 72222300

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
AES is looking to engage a System Integrator, System developer and business process developer in preparation for I-SEM to implement the developed IT system architecture identified by the business requirements scoping exercise. The expected completion date of the program is October, 2017 subject to the regulator timelines. The System Integrator is expected:
4.2.1.1 To have a good understanding of the I-SEM market rules and a track record (backed up by references) of delivering ETRM-centred solutions in the European (a more specifically UK/Ireland) markets.
4.2.1.2 To have hands-on experience of software products that AES have chosen to utilise as part of their IT architecture and in-house expertise to develop and test bespoke solutions and systems interfaces where identified as required.
4.2.1.3 To demonstrate a good depth of experience in design and delivery of integrated energy trading systems along with a strong capability to adequately tailor chosen solutions to AES specific needs.
4.2.1.4 To manage all aspects of the integration and configuration of the licensed software solutions outlined in the schedule of work in association with the AES Commercial IT Program and Technical Leads and respective software provider's representatives.
4.2.2 I-SEM Programme Scope
4.2.2.1 The programme will be made of multiple projects including an Allegro Implementation for AES Kilroot and AES Ballylumford and culminating in a suite of IT systems and business processes to ensure readiness to participate in the I-SEM.
4.2.3 I-SEM Programme Management
4.2.3.1 The SI should demonstrate a proven and effective programme managements approach and will utilise well-structured tools for organising work and deliverables.
4.2.3.2 The SI must develop a comprehensive implementation and integration plan including milestones for the delivery of the required IT bespoke products, Architecture and business processes and associated documentation in accordance with I-SEM Market Rules and respecting the I-SEM project milestones and requirements.
4.2.3.3 The SI Project plan should include clearly defined deliverables for the various components of the architecture and interface requirements designed to meet the business requirements.
Estimated value excluding VAT
Range: between 250 000 and 1 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 2.1.2017 Completion 30.11.2017

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting entities reserves the right to require bonds, deposits, guarantees, or other appropriate forms of undertaking or security to secure proper performance of the contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The payments terms and details of the form of contract shall be provided in the Invitation to Tender documentation to be issued to those applicants who qualify for the tendering stage of the competition.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting entities reserves the right to require groups of economic operators to take a particular legal form upon contract award or to require that one party has primary liability or to require each party to be jointly and severally liable. The contracting authorities also reserves the right to require bonds, deposits, guarantees, collateral warranties or other appropriate forms of undertaking or security to secure proper performance of the contract.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The contracting entity's requirement will be set out in the IM, Pre-qualification document and in the invitation
to tender/negotiate. The successful tenderer(s) must comply with AES's terms and conditions on corporate
compliance as a condition to the performance of the contract(s).
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met:
Applicants (and consortium members, if any) shall be assessed in accordance with Part 4 of the Utilities Contract regulations 2016, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/17) - including but not limited to Regulation 26 thereof - on the basis of information provided in response to the
Pre-Qualification Questionnaire documentation (which is available from the contact point referred to above).
Completed Pre-Qualification Questionnaire Documents are to be submitted to the contracting entity by the date specified in Section IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met:
EN Standard form 05 - Contract notice - utilities 8 / 16. Applicants shall be assessed in accordance with Part 4 of the Utilities Contracts Regulations 2016, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/17) - Including Regulation 27 thereof - on the basis of information provided in response to the Pre-Qualification Questionnaire Documentation (which is available from the contact point referred to above), and particular, PQQ Parts C and H thereof. Completed Pre-Qualification Questionnaire Documents are to be submitted to the contracting entity by the date specified in Section IV.3.4.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Applicants shall be assessed in accordance with Part 4 of the Utilities Contracts Regulations 2016, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/17) - Including Regulation 27 thereof - on the basis of information provided in response to the Pre-
Qualification Questionnaire Documentation (which is available from the contact point referred to above), and particular, PQQ Parts D, F and G thereof. Completed Pre-Qualification Questionnaire Documents are to be submitted to the contracting entity by the date specified in Section IV.3.4.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
I-SEM Systems Integrator
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents (except for a DPS)
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
23.10.2016
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:

The Invitation to Tender Questionnaire will be provided upon request. Application for information and participation to the ITT must be in writing and submitted to Steven Rodgers referencing the Contract title to , as per the details provided in Section 1.1 of this notice. All information must be completed and returned as instructed in the Invitation to Tender Questionnaire and Information Memorandum. The response will be assessed as outlined in the PQQ and Information Memorandum. Re II.1.5 above, this is an estimated value only. The contracting entity reserves the right to award a contract for a higher or lower amount. Re IV.3.4 above, requests to participate (i.e. completed ITT Documents) should be submitted to Steven

Rodgers, EMEA Buyer - Projects & Services, Kilroot Power Station, Larne Road, Carrickfergus, County Antrim, Northern Ireland BT38 7LX.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.10.2016