Contract notice - utilities

Information

Published

Date of dispatch of this notice: 11/05/2022

Expire date: 17/06/2022

External Reference: 2022-256643

TED Reference: 2022/S 094-260880

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
27 Fitzwilliam Street Lower
Dublin
Dublin
IE
Contact person: Stephen Lawton
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.esb.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=213346&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

A single contract for the supply, implementation, licencing, support and maintenance of a Cloud-based, hosted SaaS Safety, Health and Environment information management system
Reference number:  SS\CON\6305
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 single contract for the supply, implementation, licencing , support and maintenance for a Cloud-based (and Hosted) SaaS Safety, Health and Environment information management system for ESB. It is proposed that the Contract will include the
supply, implementation, licencing, support and maintenance for a Cloud-based (and Hosted) SaaS Safety, Health and Environment information management system for ESB
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

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

SHE IMS Key aspects will be:
To enhance safety, health and environmental management at ESB
To enable shared learning while keeping personal and sensitive data private
A single, proven software system already in service with companies like ESB
Vendor Cloud-based while interfacing successfully with ESB IT systems
Attributes, Forms and Process must be client configurable.
SHE IMS required capabilities:
Recording, Tracking, Management, Analysis and Reporting of SHE Incidents
Remote Recording of Good Catch Intervention and Incident, Audit and Risk Assessment using a self-contained, secure and resilient hybrid Mobile App, to interface with SHE IMS and to upload the associated imagery
Risk Management:
Evaluating Impact and Severity using Risk Matrices and Methodologies
Providing structured Audit support to evaluate how workplace activities affect Safety, Health and the Environment using Templates, scheduled Programmes and Audit measures aligned with ISO Standards
Document Management - Storing documents within the IMS or linking outside the SHE IMS
Reflecting and synchronising with the master ESB organisational structure and personnel from our ESB HR SAP system
A resilient, robust, reliable and single hosted Cloud-based SHE IMS being available and accessible to all ESB employees, consultants and contractors via a consistent and user-friendly interface
Enabling and supporting the Users to have different roles
A configurable and user-friendly Dashboard interface to support ESB SHE KPI reporting and shared learning
Providing self-build reporting and data analytics from IMS; Retaining Historical Incident, Audit and Risk Information including importing records from existing SHIELD IMS
Privacy by Design - must comply with the relevant ISO standards for ISMS
Data and information relating to personnel must be stored securely and maintained per jurisdictional data protection regulations
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 two optional 24 month extensions for a maximum contract of 84 months subject to satisfactory performance. The agreement will be subject to regular operational review.
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 consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 213381

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 213381
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 213381
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 213381
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  17/06/2022
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) 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.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Contracting Entity will not conclude this contract until after the expiry of the standstill period which commences on the day following the date of notification of concerned tenderers. Review procedures are available in the High Court to a person who has or has had an interest in obtaining the 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 to that framework contract.
VI.4.4)

Service from which information about the review procedure may be obtained

Consult a legal advisor
Ireland
IE