Contract notice - utilities

Information

Published

Date of dispatch of this notice: 08/04/2021

Expire date: 12/05/2021

External Reference: 2021-298676

TED Reference: 2021/S 071-182176

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: Jason Weldon
NUTS code:  IE -  IRELAND
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=186377&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

Power Systems Studies Professional Services
Reference number:  SS CON 5569
II.1.2)

Main CPV code

71335000  -  Engineering studies
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Entity intends to procure Power Systems Studies Services to appoint a single supplier framework member for each of the three lots below;
• Lot1 Power System Studies
• Lot2 Substation Earth Grid Design and Testing Services
• Lot3 Protection Studies
More details are provided in the PQQ document.
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

Lot1 Power System Studies
Lot No:  1
II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71323100  -  Electrical power systems design services
71400000  -  Urban planning and landscape architectural services
71600000  -  Technical testing, analysis and consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot1 Power System Studies
Development of practical solutions for clients based on power system analysis.
• Transmission system planning studies: load-flow and short-circuit analysis, contingency analysis, dynamic stability analysis, insulation-coordination and power quality studies
• Distribution system planning studies, electricity demand forecast, master-planning and spatial load forecasting, distribution loss adjustment factor calculations.
• Grid connection studies: fault ride-through studies, reactive power capability studies, power quality studies and Rate of Change of Frequency studies.
• Active distribution system management studies: network analysis and the effect of active network solutions on the capacity of the distribution system, to include the congestion analysis and a cost-benefit analysis of different active solutions to support 2030 targets of renewable generation and low carbon technologies.
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:
Provided that a sufficient number of Applicants are qualified to be considered for shortlisting, following application of the procedures set out in section A.9(Evaluation of PQQ responses), it is anticipated that at least the 5 highest-scored Applicants for each lot will be shortlisted and invited to proceed to the next stage of the procurement process.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The duration of the framework agreements will be for three(3) years duration with an option, at the discretion of ESB, to extend up to a further 48 months in one or more increments.
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)

Description

II.2.1)

Title

Lot2 Substation Earth Grid Design and Testing Services
Lot No:  2
II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71323100  -  Electrical power systems design services
71400000  -  Urban planning and landscape architectural services
71600000  -  Technical testing, analysis and consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot2 Substation Earth Grid Design and Testing Services
• Consultancy support service: investigating earthing related incidents, either on site or from information provided; written professional comment on documents, reports or proposals supplied to ESB by a third party.
• Earthing design: earthing system re-design from findings of substation assessment or as part of substation upgrade; design earthing for new substations based on ESB earthing policies and applicable standards; all computer modelling should be undertaken using SES Tech CDEGS software.
• Substation assessment - earthing survey: carry out visual inspection of the above ground earth conductors, measure the resistance of a sample of joints, check the integrity of the bonding of the main plant items to the substation earth grid, establish the location and the installed depth of the significant parts of the electrode system installed, provide digital copy of the drawing on the completion of the survey.
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:
Provided that a sufficient number of Applicants are qualified to be considered for shortlisting, following application of the procedures set out in section A.9(Evaluation of PQQ responses), it is anticipated that at least the 5 highest-scored Applicants for each lot will be shortlisted and invited to proceed to the next stage of the procurement process.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The duration of the framework agreements will be for three(3) years duration with an option, at the discretion of ESB, to extend up to a further 48 months in one or more increments.
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)

Description

II.2.1)

Title

Lot3 Protection Studies
Lot No:  3
II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71323100  -  Electrical power systems design services
71400000  -  Urban planning and landscape architectural services
71600000  -  Technical testing, analysis and consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot3 Protection Studies
• Consultancy support service: investigating protection related incidents, either on site or from information provided; written professional comment on documents, reports or proposals supplied to ESB by a third party; assistance in designing specific or generic protection systems for high voltage and medium voltage plant, assistance in providing professional comment on parts of protection policies.
• Protection setting calculations for transmission and distribution system, for utility and industrial clients.
• Provide protection settings calculation in accordance with client policy. Protection coordination studies to be carried out using PSS CAPE or PowerFactory software.
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:
Provided that a sufficient number of Applicants are qualified to be considered for shortlisting, following application of the procedures set out in section A.9(Evaluation of PQQ responses), it is anticipated that at least the 5 highest-scored Applicants for each lot will be shortlisted and invited to proceed to the next stage of the procurement process.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The duration of the framework agreements will be for three(3) years duration with an option, at the discretion of ESB, to extend up to a further 48 months in one or more increments.
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:  As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 187918
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 187918
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 187918
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 187918
III.1.7)

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

As per the tender documents.
III.1.8)

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

Where a grouping of service providers express interest in this process, it is a requirement of ESB that one member of the group accepts full contractual responsibility for the delivery of services. Where appropriated the intended contractually responsible member of any grouping or consortium must be identified in responding to this notice.
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/05/2021
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 e-Tenders 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 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 applicants will be invited to tender, please note that the contracting entity reserves the right to invite at least 5 applicants 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