Contract notice - utilities

Information

Published

Date of dispatch of this notice: 20/05/2022

Expire date: 11/07/2022

External Reference: 2022-257219

TED Reference: 2022/S 101-281262

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
Telephone: +353 17026836
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=214434&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 Provision of an integrated ADMS Advanced Distribution Management System solution implementation project including hardware, software, and support and maintenance services.
Reference number:  SS\CON\6428
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 an integrated Advanced Distribution Management System (ADMS) solution implementation project including hardware, software and professional services in designing, building and testing the solution, as well as support and maintenance services,
The ADMS solution must consolidate the following systems as a fully integrated solution.
SCADA - Supervisory Control and Data Acquisition
OMS - Outage Management System
DMS - Distribution Management System
DERMS -Distributed Energy Resource Management System
The contract shall be a fixed price contract for an integrated ADMS solution implementation project including hardware, software and professional services in designing, building and testing the ADMS solution, as well as support and maintenance services.
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:  
Ireland
II.2.4)

Description of the procurement

The ADMS solution must consolidate the following systems as a fully integrated solution.
SCADA - Supervisory Control and Data Acquisition provides operators and other control systems with real-time communication to substations and field devices, as well as real-time data processing and visualization, alarm and event generation and management; OMS -Outage Management System allows operators to respond to faults, collect and analyse trouble events as well as plan and manage network outages; DMS - Distribution Management System is a collection of key applications designed to analyse and optimise (by means of power flow optimization or alternative approaches which can be demonstrated to achieve equivalent results) the entire distribution network operation efficiently and reliably; DERMS - Distributed Energy Resource Management System is an end-to-end automatic control system which allows operators to model, forecast and dispatch distributed energy resources (DER) and other controllable grid assets.
The scope of the contract shall include the following software applications:
• Network monitoring and control
o Data acquisition
o Data processing
o Supervisory control
o Sequential control
o Alarms and events
o Areas of responsibility and shift change
o Load shedding
o Disturbance data collection
• Outage management
o Fault management
o Crew management
o Emergency management
o Switching order management
• Basic distribution management
o Network topology processing
o Unbalanced load flow
o State estimator
o Load forecasting
o Study mode
o Contingency analysis
• Advanced distribution management
o Short circuit and fault location analysis
o Adaptive protection settings
o Fault location, isolation and service restoration
o Integrated volt-VAr control
o Network power flow optimisation
• DER management
o DER modelling, monitoring and control
o DER forecasting and merit order queuing
o DER dispatch
o DER flexibility management
• Reporting
o General reporting
o SCADA reporting
o OMS reporting
o Other reporting
o Dashboards
• Training
o Training simulator
o Instructor module.
The scope of the contract shall comply with the specified set of non-functional requirements and shall deliver the following infrastructure components:
• All hardware required to build the offered ADMS solution (compute, storage and network devices including cabinets and cables)
• All system software required to run the offered ADMS solution (operating systems, databases, system management tools, cybersecurity tools, etc.).
The scope of the contract shall include the following system integration interfaces with ADMS:
• AMI and MDM interface
• CRM and customer communication systems interface
• Data warehouse/business intelligence interface
• Equipment database interface
• GIS Interface
• Landbase interface
• Market management system interface
• OMS interface (interim, if applicable to the tenderer’s proposed implementation plan)
• SAP interface
• SCADA interface (interim, if applicable to the tenderer’s proposed implementation plan)
• Weather interface
• Workforce management interface.
The scope of the contract shall include the following professional services during the course of the project implementation:
• Project management
• Design
• Documentation
• Application development
• Infrastructure engineering
• Data engineering
• Testing
• Training
• Commissioning.
The scope of the contract shall include the following support and maintenance services:
• Standard hardware maintenance
• Standard software maintenance
• 24x7 help desk
• 24x7 remote monitoring
• Regular solution audit
• Patch compatibility verification
• Software updates.
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: 60
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 60 months with one optional 36 month extension, and one further optional 24 month extension for a maximum contract of 120 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 214396

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 214396
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 214396
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 214396
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:  01/07/2022
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: 
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