Contract notice - utilities

Information

Published

Date of dispatch of this notice: 26/10/2020

Expire date: 07/12/2020

External Reference: 2020-283226

TED Reference: 2020/S 212-520096

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: Conor Molloy
Telephone: +353 17026543
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=176536&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

Supply & Support of Renewable Generation Operations Analytics Software
Reference number:  SS/CON/5403
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

A contract for the Supply & Support of Renewable Generation Operations Analytics Software
• Set up of a scalable performance monitoring and analytics system for the operational ESB Renewables
• easy and flexible plotting, comparison, trending and correlation of all historic and real-time SCADA data points. Multiple graphing and formatting options shall be available and customisable by user.
• Specialised tools and visualisations applied to Windfarm technology
• Real-time monitoring dashboards of performance on fleet level, unit level and generator level with mapping functionalities
• An automated aleting system for underperformance and anomaly detections. A user-friendly and easy to use, deeper dive into the details of these alerts
• The system shall be able to integrate with other data sources
• Automated historic performance reports or dashboards on a desired interval
• telephone/ email support
• An appropriate support/maintenance structure must be provided
II.1.5)

Estimated total value

Value excluding VAT: 725000.00  EUR
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.2.4)

Description of the procurement

The Contracting Entity intends to procure a contract for the Supply & Support of Renewable Generation Operations Analytics Software.
It is proposed that the Contract will include (non-exhaustive list – high level scope):
• Set up of a performance monitoring and analytics system for the operational ESB Renewables Fleet.
• The system shall be scalable i.e. it must have the ability to seamlessly add new generating units or new generation technology types.
• The system shall allow easy and flexible plotting, comparison, trending and correlation of all historic and real-time SCADA data points. Multiple graphing and formatting options shall be available and customisable by user.
• Specialised tools and visualisations, applied to Windfarm technology, will be specifically required for, but not limited to, the following:
o Turbine and site underperformance detection.
o Power curve analysis, with the ability to:
 Compare actual curves to warranty, historic and other turbine power curves.
 Filtering of undesirable points e.g. grid dispatch down, noise curtailment etc.
 Correction of data due to air density, wind direction etc.
o Yaw and pitch misalignment detection.
o Correlation plotting.
o Fault analysis.
o Grid, noise, environmental curtailment mode analysis.
• Real-time monitoring dashboards of performance on fleet level, unit level and generator level with mapping functionalities.
• An automated alerting / notification / reporting system for underperformance and anomaly detections. The system shall allow a user-friendly and easy to use, deeper dive into the details of these alerts.
• The system shall be able to integrate with other data sources such as modelling outputs, asset management software, forecasting provider, health and safety KPI database etc.
• Automated historic performance reports or dashboards on a desired interval e.g. daily, monthly, quarterly reports with ability to format and add features by user.
• The Contractor shall have telephone and e-mail support.
• Depending on the solution proposed, an appropriate support/maintenance structure must also be provided.
Optional requirements are:
• Storage of historical SCADA data or connection to an ESB storage solution. Inclusion of high-resolution CMS data storage also optional.
• Predictive maintenance tool.
• Asset Life extension module.
• Real-time HMI for mobile access from smartphones, tablets, web-clients etc.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 725000.00  EUR
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:
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 178697
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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 178697
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
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 178697
III.1.6)

Deposits and guarantees required

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 178697
III.1.7)

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

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 178697
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 178697
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 178697
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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  27/11/2020
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

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 178697
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