Contract notice - utilities

Information

Published

Date of dispatch of this notice: 16/02/2022

Expire date: 25/03/2022

External Reference: 2022-202679

TED Reference: 2022/S 036-094090

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: Stephen Lawton
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=207133&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

The supply and implementation of a Cloud based Field Work Management Solution
Reference number:  SS/CON/6261
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 solution to contract for the supply and implementation of a Cloud based field work management solution.
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
Main site or place of performance:  
Republic of Ireland
II.2.4)

Description of the procurement

The Contracting Entity intends to procure a solution to contract for the supply and implementation of a Cloud based field work management solution that addresses the below requirements. Please also note ESB is a Cloud first company and as such are looking for a Cloud based solution to fulfil these requirements.
It is proposed that the Contract will include (non-exhaustive list – high level scope):
• Solution to enable integrated scheduling, resource assignment, mobile work management (dispatch, mobile completion, data capture, follow on work orders) to cover work orders across ESB's Network Operations
• Availability of a Customer Portal to facilitate appointment scheduling, Design Engineering Officer using tool to manage status of job and job tracking presentation to stakeholders.
• Inbuilt optimisation engine for work order scheduling and resource assignment for automated and rules-based scheduling. (Application of ESB specific rules, policies, mandatory versus optional rules etc.)
• Manual scheduling capability
• Repository to define and maintain master job list covering full list of tasks that can be scheduled and the associated requirements such as skills levels and rules
• Repository to capture list of all available resources for scheduling, skills and qualifications, crew management as part of resource list
• Solution provides different role profiles which enable the appropriate access, tools, and views to support work management, workflow scheduling and direct intervention capability across ESB Networks operations
• Single portal for supervisors (Single Gantt) and single mobile application for field staff
• Contractor access to portal and application with similar functionality to ESB with appropriate access and data management
• Covers both internal staff and contractors in scheduling and mobile work management
• Ability to include grid operator Outages in the scheduling solution and how best to manage/optimise
• Reporting, data management and audit inbuilt functionality
• A single platform product
• Solution needs to integrate with existing ESB systems, SAP ISU, SAP S/4 Hana, Oracle Network Management System and Intergraph GIS
• Integrate with Microsoft Azure Active Directory for user access management
• Agnostic solution with respect to mobile device operating systems
• Data Migration support
• Service is required for the Republic of Ireland
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
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 an option to extend after the initial period exercisable on 2 occasions for further periods up to 24 months from the expiry of the initial period, for a total contract period of 84 months.
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 207545
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 207545
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 207545
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 207545
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 207545
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 207545

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:  23/03/2022
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.3)

Additional information

1) Interested parties must register their interest on the eTenders website (http://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 (http://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 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 said contract;
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process 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

Suppliers own legal advisor
Ireland
IE