Contract notice - utilities

Information

Published

Date of dispatch of this notice: 18/10/2018

Expire date: 30/11/2018

External Reference: 2018-215085

TED Reference: 2018/S 204-466592

Contract notice - utilities

[NoticeContractUtilities]

[Services]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
[Contactpoint]: Noreen Macgowan
[AddressPhone]: +44 4890707406
[Internets]:
I.2)

[JointProcurement]

[JointProcurementCentral]
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=136903&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivElectricity]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Look-ahead Stability Assessment Tool
[Fileref]:  ENQEIR638
II.1.2)

[CpvMain]

72212517  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The objective of the DS3 Programme is to meet the challenges of operating the all-island electricity system in a safe, secure and efficient manner while facilitating higher levels of renewable energy. The DS3 Programme is split across three pillars; system performance, system policies and system Tools. New system tools are required to enable the operational changes in the Control Centres in order to deliver the benefits of the DS3 Programme to customers. This will mean, at times, operating the system in ways that have not been experienced in the past, therefore driving the need for new and enhanced system tools. The Scope of Requirements is to develop a new software application to include The Look-ahead Stability Assessment Tool. EirGrid envisages this project being a solution which will evolve over time and therefore intends awarding a contract with a potential maximum relationship of 20 years including options for renewal at various stages over the life of the arrangement.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 350000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

72000000  - 
72212700  - 
72212781  - 
72212983  - 
72262000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Dublin
II.2.4)

[DescrProcurement]

The objective of the DS3 Programme is to meet the challenges of operating the all-island electricity system in a safe, secure and efficient manner while facilitating higher levels of renewable energy. The DS3 Programme is split across three pillars; system performance, system policies and system Tools. New system tools are required to enable the operational changes in the Control Centres in order to deliver the benefits of the DS3 Programme to customers. This will mean, at times, operating the system in ways that have not been experienced in the past, therefore driving the need for new and enhanced system tools.Candidates are invited to submit a qualification application for inclusion on the tender list in accordance with this PQQ.
The Scope of Requirements is to develop a new software application to include, but not limited to The Look-ahead Stability Assessment Tool.
The duration of the Delivery Contract will be up to project completion which will include for development, installation and integration of the tool in accordance with agreed programme.
The Services Agreement will commence on the Services Commencement date and will be for an initial duration of three years with an option to extend. Given the complexity of EirGrid system set-up, the software installed is likely to become embedded into EirGrid / SONI systems architecture. This may lead to the requirement for ongoing support. Pursuant to Article 50.F as set out in Council Directive 2014/25/EU as transposed into Irish law by the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (S.I. 286 of 2016) (the “Regulations”) EirGrid / SONI may extend the Services Agreement with the successful tenderer for up to a maximum of 20 years on an annual basis, subject always to the satisfactory performance of the supplier and EirGrid / SONI requirements
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 350000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 36
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 3
[CriteriaChoosingLimited]:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
The duration of the Delivery Contract will be up to project completion which will include for development, installation and integration of the tool in accordance with agreed programme.The Services Agreement will commence on the Services Commencement date and will be for an initial duration of three years with an option to extend. Given the complexity of EirGrid system set-up, the software installed is likely to become embedded into EirGrid / SONI systems architecture. This may lead to the requirement for ongoing support. Pursuant to Article 50.F as set out in Council Directive 2014/25/EU as transposed into Irish law by the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (S.I. 286 of 2016) (the “Regulations”) EirGrid / SONI may extend the Services Agreement with the successful tenderer for up to a maximum of 20 years on an annual basis, subject always to the satisfactory performance of the supplier and EirGrid / SONI requirements
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.1.4)

[ParticipationRules]

[DescrBriefRules]: Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
III.1.6)

[DepositsRequired]

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.1.7)

[FinancingConditions]

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.1.8)

[LegalFormTaken]

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeNegotWCall]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  30/11/2018
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  30/11/2019

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.3)

[InfoAdditional]

1) Interested parties must register their interest on the eTenders web site (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 (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority 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 authority 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 and are in a position to produce a valid tax clearance certificate or eTax Clearance from the Revenue Commissioners when requested.
6) If for any reason it is not possible to award the contract one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to award the contract to the next ranked tenderer as appropriate.
7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.
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 authority 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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

The High Court
Four Courts
Dublin 7
IE
[AddressPhone]: +353 18886000

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
The contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after the expiry of the standstill period which commences on the day following the date of notification on concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the reviewable public 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 in this contract.
VI.4.4)

[AppealsInfo]

Central office of the High Courts (Appeal Section)
Ground Floor, East Wing, Inns Quay
Dublin
IE
[AddressPhone]: +353 18886000