Date of dispatch of this notice: 22/05/2015
Expire date: 22/06/2015
External Reference: 2015-488550
TED Reference: 2015/S 100-183360
Date of dispatch of this notice: 22/05/2015
Expire date: 22/06/2015
External Reference: 2015-488550
TED Reference: 2015/S 100-183360
Provision of a National Leakage Management System for Irish Water
Ireland
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.
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.
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)
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.
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.
A full description of candidates’ required economics and financial capacity will be set out in the Pre-Qualification Questionnaire.
A full description of candidates’ required technical capacity will be set out in the Pre-Qualification Questionnaire.
15/040
Gaelige
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