Contract notice - utilities

Information

Published

Date of dispatch of this notice: 22/03/2018

Expire date: 25/04/2018

External Reference: 2018-812748

TED Reference: 2018/S 059-131104

Contract notice - utilities

Cached Version

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board ( ESB )
N/A
2 Gateway
Dublin 3
East Wall Road
IE
Contact person: Donie Cahalane
Telephone: +353 17026157
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: http://www.esb.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=126610&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

ESB Hadoop System and Ancillary Activities
Reference number:  SSCON/3675
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

Services
II.1.4)

Short description

The scope of this procurement can be summarised as follows:
1. Provision of Hadoop vendor to provide licensed Hadoop product that would be considered the Corporate Standard platform for large scale Analytics across the ESB
2. Provision of support services to be drawn down on as required to assist ESB with tasks like cluster install/configuration, strategic guidance on use and growth of cluster(s), advice on use of (and installation where relevant) of new products that may emerge in the future etc.
3. Provision of some industry specific analytics services to supplement existing ESB analytics resources or bring SME expertise for niche analytics use cases based on previous experience
Points 1 and 2 above will be referred to in the document as scope of “Lot 1”. Point 3 will be referred to as the scope for “Lot 2”. ESB is inviting expressions of interest from Applicants for either Lot 1 or Lot 2 or both.
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Hadoop Licenced Product and Implementation Services
Lot No:  1
II.2.2)

Additional CPV code(s)

72200000  -  Software programming and consultancy services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The vendor will work primarily with the central IT function to provide technical analytics services to all the business areas in the ESBgroup. The vendor will be expected to comply with ESB technical and IT security standards as directed by the IT organisation.
A full appreciation of the ESB company can be viewed at the following internet address: - http://www.esb.ie
The services required under this Lot include the following:
• Ingest data from all traditional RDMS sources
• Ingest data from file and other non-structured data sources, time series data etc
• Be familiar with all traditional Hadoop projects e.g. Spark, Hbase, Sqoop, Solr etc
• Have ability to administer the cluster both proactively and reactively
• Have the knowledge to install new products if and when they arise while operating a production cluster
• Provide strategic guidance on all current and emerging technologies / products in the Hadoop ecosystem
• Work with ESB technical and business teams in an ever changing business and technical environment
• Offer niche analytics products and services as required
Please refer to the Pre – Qualification Questionnaire (PQQ) Section A.2 for additional information.
Please note, if the principal contractor is not the supplier of the product ESB retains the right to have annual licence and maintenance contract directly with the product owner. The principal contractor will be responsible for providing the related services outlined above and in the PQQ for Lot 1.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
ESB reserves the right to extend the framework agreement up to 2 years by mutual agreement with the successful tenderer.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Please refer to the individual instructions for submission
of
bids relevant to each tender issued via the system.
II.2)

Description

II.2.1)

Title

Analytics Modelling Services
Lot No:  2
II.2.2)

Additional CPV code(s)

72200000  -  Software programming and consultancy services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

As part of the push of Data Science across the organisation ESB recognises that some companies may already have expertise in the use of Data Science in a utility or comparable assets based company where some ‘generic’ algorithms may exist. ESB will contract with one or more of the vendors, who will be appointed to the framework panel following the Request for Tender (RFT) stage, to benefit from any industry learning or pre-existing analytical work that companies may have experience in. the type of use cases that might be of interest would include things like*:
- Predictive maintenance of assess (particularly generation or network distribution assets)
- Energy trading related activities
- End Customer related activities like segmentation etc.
- Technical analysis around IT storage management
- Shared services process activity optimisation
*above list is not exhaustive, but illustrative.
Other areas / experience a vendor feels would be relevant to ESB will be considered. It is envisaged that this Lot would provide ESB with an opportunity to engage with some vendors who have previously developed relevant advanced analytics model which would be transferrable to ESB. The engagement could involve model implementation for ESB and associated effort to do so. These models do not necessarily need to be Hadoop specific.
For this lot a panel of vendors will be appointed at the RFT stage who are evaluated as the most economically advantageous proposals. A min-tender will be completed as part of this Lot and vendors will be invited to reply to each mini tender as and when they arise.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
ESB reserves the right to extend the framework agreement up to 2 years by mutual agreement with the panel members appointed following RFT stage.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Please refer to the individual instructions for submission
of
bids relevant to each tender issued via the system.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131578
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131578
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131578
III.1.6)

Deposits and guarantees required

Will be set out in the RFT.
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Will be set out in the RFT.
III.1.8)

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

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131578
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131578

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  6
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/04/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Interested parties must register their interest on the eTenders web site (http://www.etenders.gov.ie/) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (http://www.etenders.gov.ie/) only. Registration is free of charge. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties
2) This is the sole call for competition for this service.
3) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that candidates are tax compliant.
6) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract under the framework agreement, the contracting entity reserves the right to invite the next highest scoring tenderer to join the framework agreement and/or deliver the contract as appropriate to the circumstances pertaining to the framework.
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words ‘or equivalent’ will always be appended.
9) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.
10) At Section II.2.9 we have indicated that at least 5 will be invited to tender, please note that the contracting entity reserves the right to invite at least 5 subject to that number qualifying.
VI.4)

Procedures for review

VI.4.1)

Review body

Chief Registrar
Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Not Applicable
Ireland
Ireland
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Supplier's own legal advisor
Ireland
Ireland
IE