Contract notice - utilities

Information

Published

Date of dispatch of this notice: 24/04/2020

Expire date: 11/06/2020

External Reference: 2020-253762

TED Reference: 2020/S 084-199800

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: Stephen Lawton
Telephone: +353 17026836
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=165979&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

EV Infrastructure Operations & Revenue Management System
Reference number:  SS\CON\5252
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 managed service provider for the provision of a (SaaS based) EV Infrastructure Operations & Revenue Management System (EVIORMS) to support the continued delivery and future expansion and evolution of its services in the electric vehicle charging infrastructure space.
We will require implementation and support services for the duration of the contract.
II.1.6)

Information about lots

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

Description

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

The Contracting Entity intends to procure a managed service provider for the provision of a (SaaS based) EV Infrastructure Operations & Revenue Management System (EVIORMS) to support the continued delivery and future evolution of its services in the electric vehicle charging infrastructure space, and implementation and support services for the duration of the contract.
It is proposed that the Contract will include the following high-level scope (non-exhaustive list):
General
 SaaS, typically cloud based solution, accessed by standard internet protocols, enabling the delivery of a reliable and easy-to-use EV charging service, with a range of convenient payment options, and supporting multiple instances, with externally distinct branding, skinning, customer apps and portals, currencies, tariffs, etc.
 The system must have no practical sizing or performance constraints, be hosted within the EU, have robust system/data backup and recovery processes, and adequate business continuity assurance must be offered.
 Contractor must demonstrate technical competence in the provision of an evolving EVIORMS SaaS service by effective use of appropriate modern IT tools, and processes for application & database design & management, code, test and release management, etc.
 Contractor must agree to provide regular up-to-date full backups of all of the Contracting Entity’s data in an open standard format.
 Contractor’s tender shall include a commitment to support in a timely manner, and at no additional cost, all relevant practices, processes, standards, protocols, versions, etc., that become widely accepted industry standards or norms within the EV charging industry and related spaces (excludes emerging technologies).
Charging Station Management
 Charging station operational management, including charging authorization, charging transaction detail recording, operational control, configuration, firmware management, diagnostics, troubleshooting, status & fault monitoring, etc.
 Flexible charging infrastructure connectivity by mobile data VPN, direct internet, intermediary proxies, etc.
 Smart Charging & Site Energy Management, such as reducing/pausing charging power at various levels to optimize power flows given physical and/or contractual electrical constraints, external pricing signals, etc.
 EV Roaming (CPO and EMSP) and external data exchange with counter-parties, directly or via hubs, using industry standard or other (including 3rd party specific) common protocols, etc.
Accounts
 Comprehensive support for customer accounts, with functionality such as flexible tariffing, account types and payment options, detailed transaction, usage, billing and payment history, 3rd party integration, etc.
 Comprehensive support for accounting and payments, such as billing/invoicing, payments partner integration, Dunning, etc.
 Site/Landlord accounts, providing functionalities such as compensation contract details maintenance, invoice generation, export, payment transfers, etc.
Role Based Apps & Portals
 Comprehensive branded Customer Apps for full function Customer self-service account management and history, charging location map, payments, charging start/stop/notifications/reservation, etc.
 Customer self-service web portal/embedding providing registration/signup, self-service account management and history, real time charging location map, payment/top-up, etc.
 Operations Management portal providing search/list/view/edit/report on charging locations, stations, drivers, transactions, issues, billing, overview dashboard, NOC views, general purpose reporting, etc.
 Call Centre Operations portal providing case ticket life management and reporting, assignment, customer provisioning fulfilment, etc.
 Infrastructure Maintainers portal providing access to subsets of charging stations, with functionality to support troubleshooting, repair, etc.
II.2.5)

Award criteria

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

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:
It is envisaged the term of the contract commences on the date when services commence and shall be for a period of up to 36 months with an option to extend after the initial period exercisable for a further period up to 24 Months from the expiry of the initial period, and with a further 24 months from the expiry of this period, for a total contract period of 84 Months.
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 168732
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 168732
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 168732
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 168732
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 168732

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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:  28/05/2020
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) Interested parties must register their interest on the eTenders website (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 contract one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract, the contracting entity reserves the right to invite the next highest scoring tenderer to join the contract and/or deliver the contract as appropriate to the circumstances pertaining to said contract.
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process 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

Suppliers own Legal advisor
Ireland
IE