Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

For the Provision of an I-SEM Systems Integrator.

  • First published: 08 October 2016
  • Last modified: 08 October 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
AES Kilroot Power Limited
Authority ID:
AA24496
Publication date:
08 October 2016
Deadline date:
23 October 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

CONTRACT NOTICE - UTILITIES

Section I: Contracting Entity

I.1)

Name, Address and Contact Point(s)


AES Kilroot Power Ltd

AES KIlroot Power Station, Larne Road, Carrickfergus

Belfast

BT38 7LX

UK

Steven Rodgers

+44 2893351644

steven.rodgers@aes.com


http://www.aes.com

http://www.aesukireland.com

https://aes.app.box.com

https://aes.app.box.com
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Main activity or activities of the contracting entity

Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

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(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

11

II.1.2)

Site or location of works, place of delivery or performance

AES Kilroot Power Ltd, Larne Road, Carrickfergus, County Antrim, Northern Ireland, BT38 7LX.


NUTS Code UKN0

II.1.3)

This notice involves

Unchecked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Estimated total value of purchases for the entire duration of the framework agreement

Frequency of the contracts to be awarded

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)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants 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.

250 0001 000 000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable contracts, estimated time frame for subsequent calls for competition:

II.3)

Duration of the contract or limit for completion

 02-01-2017 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 Terms of financing and payment and/or reference to the relevant provisions

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 grouping of suppliers, contractors or service providers 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 to which the performance of the contract is subject

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 suppliers,contractors or service providers


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 capacity


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: 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)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Checked box No

IV.2)

Award Criteria

No

Yes
No

IV.2.2)

An electronic auction will be used

No

IV.3) Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting entity

I-SEM Systems Integrator

IV.3.2)

Previous publication concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining contract document and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 23-10-2016

IV.3.5)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender 

IV.3.7)

Conditions for opening tenders




Section VI: Complementary Information

VI.1)

Indicate whether this Procurement is a Recurrent one and the estimated timing for further notices to be published

VI.2)

Does the contract relate to a Project/Programme financed by Community 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 Europe.Procurement@AES.com, 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










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals


VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 05-10-2016

Coding

Commodity categories

ID Title Parent category
35710000 Command, control, communication and computer systems Military electronic systems
35711000 Command, control, communication systems Command, control, communication and computer systems
72222300 Information technology services Information systems or technology strategic review and planning services
72212900 Miscellaneous software development services and computer systems Programming services of application software
72212215 Networking developers software development services Programming services of application software
48215000 Networking developers software package Networking software package
48000000 Software package and information systems Computer and Related Services
72220000 Systems and technical consultancy services Software programming and consultancy services
72246000 Systems consultancy services Systems analysis and programming services
72253200 Systems support services Helpdesk and support services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.