Contract notice - utilities

Information

Published

Date of dispatch of this notice: 04/09/2019

Expire date: 09/10/2019

External Reference: 2019-287208

TED Reference: 2019/S 173-423003

Contract notice - utilities

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
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=152733&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

Provision of IT Services Panel Framework Agreement
Reference number:  SSCON4693
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 Contracting Entity intends to procure a multi-provider framework agreement to provide IT Services to support IT capability delivery. Successful applicants will work in a multi-vendor environment, on various enterprise frameworks, business applications and technical architectures in a secure, data sensitive environment.
The envisaged services include:
• Design & delivery of new IT projects & technology transformations (potential examples may include IT components of National Smart Metering Program, Cybersecurity or SAP upgrades)
• Development, maintenance & enhancement of existing IT applications, infrastructure & technologies
• Business intelligence/data science & analytics
• Digital Transformation & support
• Cyber security services
• Architecture & subject matter expertise.
• Provision of lead vendor services in the delivery of a discrete transformation or scope of work
• Provision of suitably qualified resources (onsite & offshore) in support of the above.
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Vendors may be awarded one or more Lots.
II.2)

Description

II.2.1)

Title

Project & Product Services
Lot No:  1
II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

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

Description of the procurement

It is proposed that the scope of Lot 1 will include:
• Proactive planning, resourcing, continuous improvement and performance management associated with service delivery;
• Provision of, but not limited to, the following Project & Product capabilities:
o Project and Product Management
o Change Management
o Test Management & Test Execution
o Business Analysis
• Provision of subject matter expertise related to the above capability areas
The current assumption is that the contract value for an initial 3 years will be for 90,000 indicative number of forecast days subject to budgetary and operational requirements and constraints.
Note: Please note that this forecast is indicative only and may be materially more or less depending on work volumes and IT priorities within ESB.
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
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
At the date of issuing this PQQ it is envisaged that the Framework Agreement will be for a initial duration of 3 years with an option to extend by a further 3 years and a final 2 years (a potential 8-year framework).
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

LOT 2: Infrastructure Services
Lot No:  2
II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

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

Description of the procurement

It is proposed that the scope of Lot 2 will include:
• Provision of, but not limited to, the following Infrastructure capabilities:
o Linux, Windows & Checkpoint
o Batch Automation
o Backup Monitoring & Admin Services
o Database Administration
o Cloud Management & Support
o Additional related emerging technologies or methodologies
• Provision of subject matter expertise related to the above capability areas
• Provision of Architectural support related to the above capability areas
The current assumption is that the contract value for an initial 3 years will be for 17,000 indicative number of forecast days subject to budgetary and operational requirements and constraints.
Note: Please note that this forecast is indicative only and may be materially more or less depending on work volumes and IT priorities within ESB.
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
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
At the date of issuing this PQQ it is envisaged that the Framework Agreement will be for a initial duration of 3 years with an option to extend by a further 3 years and a final 2 years (a potential 8-year framework).
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

LOT 3: Digital Workspace
Lot No:  3
II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

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

Description of the procurement

It is proposed that the scope of Lot 3 will include:
• Provision of, but not limited to, the following Digital Workspace capabilities:
o Virtual and Physical End-User Computing Implementation and Support Services (OS, Applications, Hardware (not the provision of)) including, but not limited to, Citrix, Microsoft Office 365, Collaboration, Email, Document Management services.
o 1st, 2nd, and 3rd level Support
o End user adoption and training services
o Additional related emerging technologies or methodologies
• Provision of subject matter expertise related to the above capability areas
• Provision of Architectural support related to the above capability areas
The current assumption is that the contract value for an initial 3 years will be for 15,000 indicative number of forecast days subject to budgetary and operational requirements and constraints.
Note: Please note that this forecast is indicative only and may be materially more or less depending on work volumes and IT priorities within ESB.
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
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
At the date of issuing this PQQ it is envisaged that the Framework Agreement will be for a initial duration of 3 years with an option to extend by a further 3 years and a final 2 years (a potential 8-year framework).
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

LOT 4: Business Application Support
Lot No:  4
II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

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

Description of the procurement

It is proposed that the scope of Lot 4 will include:
• Provision of, but not limited to, the following Business Application Support capabilities:
o Business Application Functional Support (approx. 400 applications)
o Applications/Middleware Installation and Support
o Support for Monitoring Tools
o Licence Management
o Database Administration (relational and non-relational Databases)
o Off-Site / Out of Hours Monitoring Service
o On-Call Capability for Technical Support
o Additional related Emerging Technologies or Methodologies
• Provision of subject matter expertise related to the above capability areas
• Provision of Architectural support related to the above capability areas
The current assumption is that the contract value for an initial 3 years will be for 13,000 indicative number of forecast days subject to budgetary and operational requirements and constraints.
Note: Please note that this forecast is indicative only and may be materially more or less depending on work volumes and IT priorities within ESB.
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
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
At the date of issuing this PQQ it is envisaged that the Framework Agreement will be for a initial duration of 3 years with an option to extend by a further 3 years and a final 2 years (a potential 8-year framework).
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

LOT 5: Application Development & Data Analytics
Lot No:  5
II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

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

Description of the procurement

It is proposed that the scope of Lot 5 will include:
• Provision of, but not limited to, the following Application Development and Data Analytics capabilities:
o Application Development & Support
o Data Science
o Analytics Development & Support
o Agile Delivery
o Additional related emerging technologies or methodologies
• Provision of subject matter expertise related to the above capability areas
• Provision of Architectural support related to the above capability areas
The current assumption is that the contract value for an initial 3 years will be for 49,000 indicative number of forecast days subject to budgetary and operational requirements and constraints.
Note: Please note that this forecast is indicative only and may be materially more or less depending on work volumes and IT priorities within ESB.
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
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
At the date of issuing this PQQ it is envisaged that the Framework Agreement will be for a initial duration of 3 years with an option to extend by a further 3 years and a final 2 years (a potential 8-year framework).
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

LOT 6: SAP Competency Services
Lot No:  6
II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

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

Description of the procurement

It is proposed that the scope of Lot 6 will include:
• Provision of, but not limited to, the following SAP Competency capabilities:
o Basis
o SAP Security
o SAP ERP /SAP S4Hana
o SAP IS-U
o SAP CRM
o SAP BPC & BCS/ Group Reporting
o SAP PPM
o SAP SRM
o ABAP
o SAP BW/BO/ BW4Hana
o Additional related emerging technologies or methodologies
• Provision of subject matter expertise related to the above capability areas
• Provision of Architectural support related to the above capability areas
The current assumption is that the contract value for an initial 3 years will be for 18,000 indicative number of forecast days subject to budgetary and operational requirements and constraints.
Note: Please note that this forecast is indicative only and may be materially more or less depending on work volumes and IT priorities within ESB.
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
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
At the date of issuing this PQQ it is envisaged that the Framework Agreement will be for a initial duration of 3 years with an option to extend by a further 3 years and a final 2 years (a potential 8-year framework).
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

LOT 7: Cyber Ssecurity
Lot No:  7
II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

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

Description of the procurement

It is proposed that the scope of Lot 7 will include:
• Provision of, but not limited to, the following Cybersecurity capabilities:
o Threat and Vulnerability Management
o Network and Email Security
o Operating System Security
o Application and Software Security
o Cloud Security
o Identity and Access Management
o OT and IoT Security
o Security Engineering
o Incident Response
o Security Operation Centre (SOC) Additional related emerging technologies or methodologies
o Additional related emerging technologies or methodologies
• Provision of subject matter expertise related to the above capability areas
• Provision of Architectural support related to the above capability areas
The current assumption is that the contract value for an initial 3 years will be for 3,800 indicative number of forecast days subject to budgetary and operational requirements and constraints.
Note: Please note that this forecast is indicative only and may be materially more or less depending on work volumes and IT priorities within ESB.
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
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
At the date of issuing this PQQ it is envisaged that the Framework Agreement will be for a initial duration of 3 years with an option to extend by a further 3 years and a final 2 years (a potential 8-year framework).
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

LOT 8: Delivery Partners
Lot No:  8
II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

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

Description of the procurement

ESB intends, through this procurement, to appoint a number of vendors to a panel (Lot 8) for the delivery of integration services for a range of Project and Product deliverables already set out in other Lots. Successful Applicants will be asked to manage the delivery of the required scope of work as lead vendor. It is proposed that the scope of Lot 8 will include:
• Provision of system integration expertise including, but not restricted to delivery of the following capabilities:
o Project and Digital Product Management
o Change Management
o Test Management & Test Execution
o Business Analysis
o Application Development
o SAP Competency
o Integration with ESB IT Infrastructure, Security and Application Architecture
o Additional related emerging technologies or methodologies
• Provision of subject matter expertise related to the above capability areas.
• Provision of Architectural support related to the above capability areas
The current assumption is that the contract value for an initial 3 years will be for 7,000 indicative number of forecast days subject to budgetary and operational requirements and constraints.
Note: Please note that this forecast is indicative only and may be materially more or less depending on work volumes and IT priorities within ESB.
Such services to be called off under the framework agreement as required and at the discretion of the Contracting Entity.
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
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
At the date of issuing this PQQ it is envisaged that the Framework Agreement will be for a initial duration of 3 years with an option to extend by a further 3 years and a final 2 years (a potential 8-year framework).
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 156226
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 156226
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 156226
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 156226
III.1.6)

Deposits and guarantees required

Will be specified in RFT.
III.1.7)

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

Will be specified in 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 156226
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Will be specified in RFT.

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:  40
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:  09/10/2019
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.3)

Additional information

1) It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition. Access to this Portal is free of charge. Interested parties must formally register their expression of interest for this competition on eTenders before they can gain access to the PQQ documentation. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. 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 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
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Supplier's own legal advisor.
Ireland
IE