Contract notice - utilities

Information

Published

Date of dispatch of this notice: 13/12/2022

Expire date: 09/02/2023

External Reference: 2022-216562

TED Reference: 2022/S 243-699191

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: Martha Maher
Telephone: +353 860681415
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=230237&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

Software for Pricing and Products, Demand Forecasting, CPQ and Multi-Channel Sales Solutions for ESB
Reference number:  SSCON6667
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

ESB Customer Solutions services electricity and gas customers in the Republic of Ireland, Northern Ireland and Great Britain. ESB Customer Solutions offers a range of products from Standard Variable Tariffs, Fixed Tariffs and bespoke tariffs for our larger customers. In addition to ESB Customer Solutions commodity offerings we provide a range of non-commodity products and services to both residential and commercial customers.
ESB Customer Solutions is seeking to acquire Cloud based SaaS solution(s) that will create and manage all current and future quotation, pricing, product management, demand forecasting and sales requirements. This is to update and enhance our current system. The business currently doesn’t have the capability for market diversification as our systems have been in place for several years which limits our ability to create newer designed products.An enduring support model will also be required for these solutions.
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

Pricing/Products Software Solution
Lot No:  1
II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
48460000  -  Analytical, scientific, mathematical or forecasting software package
48481000  -  Sales or marketing software package
48771000  -  General utility software package
72261000  -  Software support services
72263000  -  Software implementation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
The solution will be used in the Republic of Ireland, Northern Ireland and potentially the Great British market in the future.
II.2.4)

Description of the procurement

Lot 1 - Pricing and Products Software Solution – Business and residential commodity (gas and electricity)
ESB Customer Solutions has a wide range of commodity products tailored to our customer needs.
Standard Variable Tariff: This is a bundled tariff available to customers in each segment. Bundled tariff is when all components are calculated, and a single rate per charging period is offered to the customer.
Fixed Tariff: Fixed tariffs are designed to ensure certainty for customers. Their attributes are focused on being fully or partially constant (e.g. energy proportion fixed) for a specific length of time, 1, 2, 3, 4, 5 years.
Time of Day: This product is presented both bundled and unbundled. Unbundled is when the components of a quotation is separated out and displayed to the customer. This product offers the customer a different rate at different times of the day.
Flexible Tariff: This product allows the customer to set a price based on a current commodity index (i.e. base rate) and allows the customer throughout the contract to create firm rates in line with movements between the “base rates” and the current index price.
Market Tracker: This product allows the customer to pay all market prices. The customer agrees to the uncertainty of the market energy prices and is charged as per the half hourly/daily energy price the market settles on.
Customer Details
The pricing system is required to store customer and meter details.
Pricing Components
The calculation of a price includes internal and external factors. There are several external costs which must be calculated in the price and these prices vary based on a customer’s meter or demand characteristics. The ability to identify these charges and apply them accurately to a customer in line with market rules.
Flexible Pricing
Index pricing is a suite of products which ESB Customer Solutions offer. The ability to have interchangeable index’s available to the Pricing Analyst. Customers interact with a portal where they can see current prices and “lock-in” prices.
Pricing Creation
The creation of a tariff/price for a customer is complex and requires a lot of inputs and dependencies . The ability to allow the user to create and configure any of these elements in the creation of a product.
Financial reporting
ESB Customer Solutions has a demand for accurate financial forecasting. ESB Customer Solutions require a system which could report on each product or a selection of products.
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 rules and criteria outlined in the qualification questionnaire and it is anticipated that the top scoring 5 applicants 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 contract will be for an initial duration of 3 years with an option to extend by a further 2 years and a final 2 years (a potential 7 year contract)
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

As stated in the pre-qualification information memorandum available on request from www.etenders.gov.ie using RFT ID 229379
II.2)

Description

II.2.1)

Title

Demand Forecasting Software Solution
Lot No:  2
II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
48481000  -  Sales or marketing software package
48771000  -  General utility software package
48460000  -  Analytical, scientific, mathematical or forecasting software package
72261000  -  Software support services
72263000  -  Software implementation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
The solution will be used in the Republic of Ireland, Northern Ireland and potentially the Great British market in the future.
II.2.4)

Description of the procurement

Lot 2 - Demand Forecasting Software Solution – (Portfolio & Individual)
Individual Point of Sale (POS) Demand Forecast
ESB Customer Solutions has a mix of Interval and non-interval customers. When ESB Customer Solutions is creating a price for a customer or segment it relies on the accuracy of future demand predictions. ESB Customer Solutions use this prediction to calculate the cost which sets the end price. POS forecasting is expected to take into account, but not limited to, industry standard corrections; such as holidays, temperature, losses in both gas and electricity markets.
Aggregate Demand Forecasting
ESB Customer Solutions creates demand forecasts for the purposes of hedging to offset market volatility. ESB Customer solutions calculates forecast for Gas and Electricity in different lengths. Short Term and Long Term forecast. These demand forecasts are segregated into different market segments, e.g DG5/DG6, FVT, etc and subsets of these segments. The system should be able to adjust forecasts based on previous trends and can be adjusted on a monthly/weekly/daily. The ability to compare different scenarios created.
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 rules and criteria outlined in the qualification questionnaire and it is anticipated that the top scoring 5 applicants 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 contract will be for an initial duration of 3 years with an option to extend by a further 2 years and a final 2 years (a potential 7 year contract)
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

As stated in the pre-qualification information memorandum available on request from www.eternders.gov.ie using RFT ID 229379
II.2)

Description

II.2.1)

Title

CPQ Software Solution
Lot No:  3
II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
48460000  -  Analytical, scientific, mathematical or forecasting software package
48481000  -  Sales or marketing software package
48771000  -  General utility software package
72261000  -  Software support services
72263000  -  Software implementation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
The solution will be used in the Republic of Ireland, Northern Ireland and potentially the Great British market in the future.
II.2.4)

Description of the procurement

Lot 3 - Configure, Price, Quote (CPQ) Software Solution
Customer Quotation
ESB Customer Solutions departments work closely together to create quotations. The pricing team and sales teams work to create the optimum products for our customers. ESB Customer Solutions require a system which will manage and create quotes.The system should be able to interact with the pricing system in Lot 1 to send required information to it and receive back the required information to create a quotation.
Services and Products
ESB Customer solutions offer a wider range of products and services beyond commodity price, such as installation of EV chargers, LED lighting, heat pumps, Solar, etc. ESB Customer Solutions requires a system which can generate quotations for these services and can be bundled with other commodity and non-commodity products.
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 rules and criteria outlined in the qualification questionnaire and it is anticipated that the top scoring 5 applicants 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 contract will be for an initial duration of 3 years with an option to extend by a further 2 years and a final 2 years (a potential 7 year contract)
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

As stated in the pre-qualification information memorandum available on request from www.eternders.gov.ie using RFT ID 229379
II.2)

Description

II.2.1)

Title

Multi-Channel Sales Software Solution
Lot No:  4
II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
48460000  -  Analytical, scientific, mathematical or forecasting software package
48481000  -  Sales or marketing software package
48771000  -  General utility software package
72261000  -  Software support services
72263000  -  Software implementation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
The solution will be used in the Republic of Ireland, Northern Ireland and potentially the Great British market in the future.
II.2.4)

Description of the procurement

Lot 4 - Multi Channel Sales Software Solution
This requirement is to enable current and prospective customers to be able to purchase and renew products via multiple channels. The system must place the customer at the centre of the process and will be utilised by all salespeople within Customers Solutions and our outsourced partners and enable integration with the customer digital channels and other 3rd party customer digital platforms.
The system must provide the management and tailoring of the “Join” and “Renewal” journeys across multiple sales channels (phone, online, door to door field sales & CRM) to provide all sales teams and partners the relevant required visibility of the customer sales journey and history. The system must provide sales automation and consistent processes to be implemented across all channels, increased automation in the Join journey to allow for increased customer satisfaction, clear visibility across all sales teams (B2B, B2C and non-commodity) which will allow for an enhanced customer experience, improved cross-selling opportunities and increasing retention.
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 rules and criteria outlined in the qualification questionnaire and it is anticipated that the top scoring 5 applicants 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 contract will be for an initial duration of 3 years with an option to extend by a further 2 years and a final 2 years (a potential 7 year contract)
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

As stated in the pre-qualification information memorandum available on request from www.eternders.gov.ie using RFT ID 229379

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 229379
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 229379
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 229379
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 229379
III.1.6)

Deposits and guarantees required

Will be specified in the RFT
III.1.7)

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

Will be specified 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 229379
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Will be specified in the RFT

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:  02/02/2023
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.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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) At its absolute discretion, the contracting entity may elect to terminate this procurement process or any contract awarded at any time. 7) 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. 8) 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.
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