Contract notice - utilities

Information

Published

Date of dispatch of this notice: 22/01/2019

Expire date: 26/02/2019

External Reference: 2019-251787

TED Reference: 2019/S 017-037193

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
Contact person: Paul Valentine
Telephone: +353 12370200
Internet address(es):
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=141007&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

Oracle Middleware Support & Maintenance
Reference number:  ENQEIR656
II.1.2)

Main CPV code

72321000  -  Added-value database services
II.1.3)

Type of contract

Services
II.1.4)

Short description

As part of the European Market Integration Project (EMIP), EirGrid invested in the Oracle Service-Oriented Architecture (SOA) suite utilising the Oracle Service Bus (OSB), Oracle Business Process Execution Language (BPEL) Process Manager, Oracle Business-to-Business (B2B), and Oracle Applicability Statement 2 (AS2) products to integrate the various I-SEM market systems. The Oracle SOA suite was used in the I-SEM Market Trial and is being supported by the programme for one year post deployment into production from 1st October 2018.
Both I-SEM and the Oracle Middleware are high availability systems.
Candidates are invited to submit a qualification application for inclusion on the tender list in accordance with this PQQ.
II.1.5)

Estimated total value

Value excluding VAT: 11000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48600000  -  Database and operating software package
72212610  -  Database software development services
72320000  -  Database services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin, Belfast
II.2.4)

Description of the procurement

EirGrid intends to establish a single supplier framework.
The Framework Agreement period will be for an initial duration of three years with the option to extend annually for up to an additional five years, subject always to the satisfactory performance of the supplier.
The Scope of Requirements is expected to include, but is not limited to:
A. Application Maintenance and Support Services:
i. I-SEM Oracle middleware application monitoring
- Perform Daily & regular checks of the Oracle Middleware Application
ii. I-SEM Oracle middleware interface and incident monitoring
- Actively monitor the Oracle Middleware Interfaces and manage any incidents
iii. I-SEM Oracle middleware interface error and incident resolution
- Manage the resolution of an interface incident/error
iv. I-SEM Oracle middleware interface reporting and administration
- Report on Oracle Middleware incident/errors and stability of the environment along agreed reporting schedule
v. Manage critical patch updates and security alerts for I-SEM Oracle middleware applications
- Manage critical patch updates through the agreed deployment and test procedure
vi. Support and management of Oracle middleware cloud test & production infrastructure
- Provide and manage cloud development and factory test architecture/infrastructure
vii. Application maintenance support minor changes
- Manage minor changes through the agreed Minor Change procedure
B. Project and Consultancy delivery:
i. Best practice advice
ii. Roadmap for future Oracle middleware expansion
iii. Delivery of projects and change requests
C. Continual Service Improvement
A key component of the service will be continual service improvement and the successful Tenderer will be expected to outline improvements throughout the duration of the contract.
This will include Oracle release schedules and their relevance to the EirGrid business, organisation and management of infrastructure roadmaps etc.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 11000000.00  EUR
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
Objective criteria for choosing the limited number of candidates:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period envisaged is three years with the possibility to extend annually up to a further five years, subject always to the satisfactory performance of the supplier.
The estimated spend of €11,000,000 is taking into account the full duration of the contract including the possible extensions.
II.2.13)

Information about European Union funds

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

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:  Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.1.6)

Deposits and guarantees required

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.1.7)

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

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.1.8)

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

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.

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 a single operator
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:  26/02/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (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 (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority 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 authority 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 and are in a position to produce a valid tax clearance certificate or eTax Clearance from the Revenue Commissioners when requested.
6) If for any reason it is not possible to award the contract one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to award the contract to the next ranked tenderer as appropriate.
7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.
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 authority 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.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after the expiry of the standstill period which commences on the day following the date of notification on concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation in this contract.
VI.4.4)

Service from which information about the review procedure may be obtained

Central office of the High Courts (Appeal Section)
Ground Floor, East Wing, Inns Quay
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie