Contract notice - utilities

Information

Published

Date of dispatch of this notice: 22/05/2015

Expire date: 22/06/2015

External Reference: 2015-488550

TED Reference: 2015/S 100-183360

Contract notice - utilities

Contract notice

Utilities

Directive 2004/17/EC

Services

Section I: Contracting entity

I.1)

Name, addresses and contact point(s)

Bord Gais Eireann/Ervia
N/A
P.O.Box 900, Webworks, Eglinton Street
Co.Cork  Cork
IE
For the attention of: Ann Fitzgerald
Telephone: +353 214239218
E-mail: ann.fitzgerald@ervia.ie
Internet address(es):
General address of the contracting entity: http://www.bordgais.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/376
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88285&B=ETENDERS_SIMPLE
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

  • Production, transport and distribution of gas and heat
  • Water
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:

Provision of a National Leakage Management System for Irish Water

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No7:  Computer and related services
    Main site or location of works, place of delivery or of performance:

    Ireland

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    Provision of a National Leakage Management System for Irish Water; Covering the design, build, implementation, testing, data migration, configuration, responsibility for interfacing to corporate databases, documentation, training, licencing, maintenance and support.

    The core requirement is to supply and implement a leakage calculation and reporting system that will allow Irish Water to determine leakage levels across the country and prioritise areas for leakage reduction. The system should allow the automatic generation of reports for use by Irish Water, Local Authorities and the Regulator.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    72000000   IT services: consulting, software development, Internet and support
    Supplementary vocabulary
    48000000   Software package and information systems
    65100000   Water distribution and related services
    65111000   Drinking-water distribution
    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:

    The core requirement is to supply and implement a leakage calculation and reporting system that will allow Irish Water to determine leakage levels across the country and prioritise areas for leakage reduction. The system should allow the automatic generation of reports for use by Irish Water, Local Authorities and the Regulator. This core requirement is the enabler for additional functionality. The contract will cover the design, build, implementation, testing, data migration, configuration, responsibility for interfacing to corporate databases, training, licensing, maintenance and support of the system and any associated ancillary services.

    1.0 The core requirements of the system will include but are not limited to;

    • Establish a National Leakage Management System.

    • Access and Display monitored Data from Loggers, Telemetry and Customer Meters.

    • LMS should use the operational hierarchy based upon Irish Water Asset Data systems, including the Asset Register and GIS.

    • The LMS should calculate Leakage at DMA and WSZ levels and the calculation shall be based upon the latest download of flow data.

    • The LMS should report on DMA/WSZ operability.

    • The LMS should collate data held in other corporate databases to allow the leakage calculation to be undertaken accurately with the most up to date data.

    • LMS should output reports to meet Regulatory Formats.

    The LMS should be able to handle the current 4,500 DMA’s, 60,000km of network, 10,000 network meters and up to 1 million customer meters.

    2.0 Additional functionality available to the core requirements will include but not be limited to -

    • Water resource and distribution input reporting.

    • Prioritisation of active leakage control by DMA.

    • Pressure management.

    • Hydraulic model manager.

    • Event and alarm reporting.

    • Asset Management, visualisation of network issues by area.

    3.0 Support & Maintenance of the LMS for a period of up to 5 years with an option to extend this annually up to a further 5 years under a Service Level Agreement (SLA) covering -

    • Licencing.

    • Availability and response time.

    • Software updates.

    We reserve the right to request that the vendor provides this services through a third party who has an overall enterprise applications support & maintenance contract with Ervia.

    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    Implementation 1 year, support & Maintenance of the LMS for a period of up to 5 years with an option to extend this annually up to a further 5 years under a Service Level Agreement (SLA)

    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Requests to participate may be submitted by single entities or by groups of service providers. A group will not be required to convert into a specific legal form in order to submit a request to participate, but may if Bord Gáis Éireann/Ervia considers it necessary to ensure that the contract is carried out to its satisfaction, be required to do so prior to award of the contract. Bord Gáis Éireann/ Ervia also reserves the right to contract with each member of the group on the basis of joint and several liability, or with one member of the group as a main contractor with a number of sub-contractors or on any other basis as Bord Gáis Éireann/Ervia considers appropriate.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    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:

    If any of the conditions set out in Regulation 53(1) of The European Communities (Award of Public Authorities Contract) Regulations apply to the applicant, the applicant will be excluded from the competition.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    A full description of candidates’ required economics and financial capacity will be set out in the Pre-Qualification Questionnaire.

    III.2.3)

    Technical capacity

    A full description of candidates’ required technical capacity will be set out in the Pre-Qualification Questionnaire.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    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, in the invitation to tender or to negotiate or in the descriptive document
    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

    15/040

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    22.06.2015 - 17:00
    IV.3.5)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    Other: 

    Gaelige

    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:

    A pre-qualification questionnaire will be issued to all candidates who respond to this notice. Expressions of interest should be addressed in writing and sent via email for the attention of The Shared Services Procurement Manager to ann.fitzgerald@ervia.ie The Questionnaire will cover the financial, economic and technical capacity of candidates. The questionnaire must be completed and returned to the address in I.1. above not later than 17.00hrs Monday 22nd June 2015. The responses will be used to assist in drawing up a tender list. This process may also include interviews with candidates. The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award procedure.

    To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register to this tender by email to ann.fitzgerald@ervia.ie