Tender

Regional Nominations Platform 2.0

NATIONAL GRID INTERCONNECTORS LIMITED

This public procurement record has 1 release in its history.

Tender

23 Jan 2024 at 11:19

Summary of the contracting process

The Regional Nominations Platform 2.0 tender is currently active and led jointly by National Grid Interconnectors Limited in collaboration with RTE Reseau de Transport d'electricite, Nemo Link Limited, National Grid IFA2 Limited, National Grid Viking Link Limited, National Grid North Sea Link Limited, and Energinet Systemansvar A/S. The procurement process involves the replacement of the Regional Nominations Platform, covering services related to industry-specific software development. Key dates include the issue of the PQQ on 14th February 2024, with a contract award anticipated by 6th January 2025. The procurement stage includes a planned timeline with indicative deadlines for PQQ, RFP, negotiations, and contract award.

This tender offers business growth opportunities for companies providing software development services, particularly those experienced in the electricity industry. Suitable businesses should have expertise in application development, hosting, maintenance, and helpdesk services. The procurement method involves a selective process with a negotiated procedure and prior call for competition. Interested suppliers must be registered on Achilles UVDB under specific codes before 13th February 2024 to participate in the pre-qualification process. The contract for the Regional Nominations Platform 2.0 has a potential duration of up to 10 years from go-live, with renewal options explored in the RFP stage.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Regional Nominations Platform 2.0

Notice 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.

Lot Information

Lot 1

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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0433a0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002200-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72200000 - Software programming and consultancy services

72212100 - Industry specific software development services

Notice Value(s)

Tender Value
£17,300,000 £10M-£100M
Lots Value
£17,300,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Jan 20242 years ago
Submission Deadline
13 Mar 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NATIONAL GRID INTERCONNECTORS LIMITED
Additional Buyers

ENERGINET SYSTEMANSVAR A/S

NATIONAL GRID IFA2 LIMITED

NATIONAL GRID NORTH SEA LINK LIMITED

NATIONAL GRID VIKING LINK LIMITED

NEMO LINK LIMITED

RTE RESEAU DE TRANSPORT D'ELECTRICITE

Contact Name
Radka Street, Radka Street, IT Senior Buyer
Contact Email
radka.street@nationalgrid.com
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
WC2N 5EH
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0433a0-2024-01-23T11:19:25Z",
    "date": "2024-01-23T11:19:25Z",
    "ocid": "ocds-h6vhtk-0433a0",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0433a0",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Regional Nominations Platform 2.0",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72212100",
            "description": "Industry specific software development services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 17300000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "value": {
                    "amount": 17300000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 4320
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "secondStage": {
                    "minimumCandidates": 3
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "DK"
                    },
                    {
                        "region": "FR"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "crossBorderLaw": "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.",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.achilles.com/uvdb/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Selection criteria as stated in the procurement documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "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."
        },
        "submissionTerms": {
            "depositsGuarantees": "The Client reserves the right to request a parent company guarantee at a contract award stage if deemed required.",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "contractTerms": {
            "financialTerms": "As stated in the procurement documents.",
            "tendererLegalForm": "As stated in the procurement documents.",
            "performanceTerms": "As stated in the procurement documents - Contract terms and conditions will be shared in the PQQ.",
            "electronicInvoicingPolicy": "allowed"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2024-05-02T00:00:00+01:00"
        },
        "tenderPeriod": {
            "endDate": "2024-03-13T13:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-COH-03385525",
            "name": "NATIONAL GRID INTERCONNECTORS LIMITED",
            "identifier": {
                "legalName": "NATIONAL GRID INTERCONNECTORS LIMITED",
                "id": "03385525",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "1-3 Strand",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "WC2N5EH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Radka Street, IT Senior Buyer",
                "email": "Radka.Street@nationalgrid.com",
                "url": "https://www.achilles.com/uvdb/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.nationalgrid.com/national-grid-ventures",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "ELECTRICITY",
                        "description": "Electricity"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-103139",
            "name": "RTE RESEAU DE TRANSPORT D'ELECTRICITE",
            "identifier": {
                "legalName": "RTE RESEAU DE TRANSPORT D'ELECTRICITE",
                "id": "444 619 258",
                "schemeEntered": "France"
            },
            "address": {
                "streetAddress": "Immeuble Window, 7C Place du dome",
                "locality": "La defense Cedex",
                "region": "FR",
                "postalCode": "92037",
                "countryName": "France"
            },
            "contactPoint": {
                "name": "Radka Street",
                "email": "Radka.Street@nationalgrid.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.rte-france.com/en/home"
            }
        },
        {
            "id": "GB-FTS-103140",
            "name": "ENERGINET SYSTEMANSVAR A/S",
            "identifier": {
                "legalName": "ENERGINET SYSTEMANSVAR A/S",
                "id": "39314959",
                "schemeEntered": "Denmark"
            },
            "address": {
                "streetAddress": "Tonne Kjaersvej 65",
                "locality": "Fredericia",
                "region": "DK",
                "postalCode": "DK-7000",
                "countryName": "Denmark"
            },
            "contactPoint": {
                "name": "Radka Street",
                "email": "Radka.Street@nationalgrid.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://en.energinet.dk/"
            }
        },
        {
            "id": "GB-COH-08169409",
            "name": "NEMO LINK LIMITED",
            "identifier": {
                "legalName": "NEMO LINK LIMITED",
                "id": "08169409",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "1-3 Strand",
                "locality": "London",
                "region": "UK",
                "postalCode": "WC2N 5EH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Radka Street",
                "email": "Radka.Street@nationalgrid.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.nemolink.co.uk/"
            }
        },
        {
            "id": "GB-COH-09129992",
            "name": "NATIONAL GRID IFA2 LIMITED",
            "identifier": {
                "legalName": "NATIONAL GRID IFA2 LIMITED",
                "id": "09129992",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "1-3 Strand",
                "locality": "London",
                "region": "UK",
                "postalCode": "WC2N 5EH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Radka.Street@nationalgrid.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.nationalgrid.com/national-grid-ventures"
            }
        },
        {
            "id": "GB-COH-09075537",
            "name": "NATIONAL GRID VIKING LINK LIMITED",
            "identifier": {
                "legalName": "NATIONAL GRID VIKING LINK LIMITED",
                "id": "09075537",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "1-3 Strand",
                "locality": "London",
                "region": "UK",
                "postalCode": "WC2N 5EH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Radka.Street@nationalgrid.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.nationalgrid.com/national-grid-ventures"
            }
        },
        {
            "id": "GB-COH-08082344",
            "name": "NATIONAL GRID NORTH SEA LINK LIMITED",
            "identifier": {
                "legalName": "NATIONAL GRID NORTH SEA LINK LIMITED",
                "id": "08082344",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "1-3 Strand",
                "locality": "London",
                "region": "UK",
                "postalCode": "WC2N 5EH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Radka.Street@nationalgrid.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.nationalgrid.com/national-grid-ventures"
            }
        },
        {
            "id": "GB-FTS-320",
            "name": "High Court, Royal Courts of Justice",
            "identifier": {
                "legalName": "High Court, Royal Courts of Justice"
            },
            "address": {
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-03385525",
        "name": "NATIONAL GRID INTERCONNECTORS LIMITED"
    },
    "language": "en"
}