Contract notice - utilities

Information

Published

Date of dispatch of this notice: 25/03/2020

Expire date: 27/04/2020

External Reference: 2020-284751

TED Reference: 2020/S 062-149549

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=164360&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

Cellular M2M Communications Services for SMP (Procurement 2)
Reference number:  SSCON5163
II.1.2)

Main CPV code

64200000  -  Telecommunications services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Entity intends to procure a reliable and high availability cellular M2M communications Service Contract to enable end-to-end communications between components of the ESB AMI system, and a range of implementation and enduring services.
Communications Service – The provision of reliable communications within the bounds of agreed SLAs between ESB IT systems and Smart Electricity Meters (SEMs);
Implementation Services – The provision of services to design, implement and integrate the communications interfaces with the SEMs and the ESB IT systems and infrastructure, and
Enduring Support Services – Services to provide an incident management system, testing services and reporting services.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32000000  -  Radio, television, communication, telecommunication and related equipment
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 reliable and high availability cellular M2M communications Service Contract to enable end-to-end communications between components of the ESB AMI system, and a range of implementation and enduring services.
It is envisaged that during the Initial Period the services will be comprised of Implementation Services, Communications Service for up to 2,000,000 including the provision of eSIM/SIMs and Enduring Services.
It is proposed that the Contract will include services under the following headings:
Communications Service – The provision of reliable communications within the bounds of agreed SLAs between ESB IT systems and Smart Electricity Meters (SEMs);
Implementation Services – The provision of services to design, implement and integrate the communications interfaces with the SEMs and the ESB IT systems and infrastructure, and
Enduring Support Services – Services to provide an incident management system, testing services and reporting services.
It is proposed that the Contract will include services under the following headings:
Communications Service – The provision of reliable communications within the bounds of agreed SLAs between ESB IT systems and Smart Electricity Meters (SEMs);
Implementation Services – The provision of services to design, implement and integrate the communications interfaces with the SEMs and the ESB IT systems and infrastructure, and
Enduring Support Services – Services to provide an incident management system, testing services and reporting services.
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: 48
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:
It is envisaged the term of the contract commences on the date when services commence and shall be for a period of up to 48 months with an option to extend (subject to external factors which will determine scope and volumes to be catered for) after the initial period exercisable on an unlimited number of occasions for further periods up to 15 years for the technologies specified from the expiry of the initial period.
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 167214
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 167214
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 167214
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 167214
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 167214

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:  27/04/2020
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.2)

Information about electronic workflows

Electronic ordering will be used
Electronic payment will be used
VI.3)

Additional information

1) It is our intention to use the Irish Government Procurement portal (http://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 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 the contract;
7) At its absolute discretion, the Contracting Entity may elect to terminate this procurement process, the contract awarded 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

Suppller's own legal advisor
Ireland
IE