Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 09/12/2019

External Reference: 2019-284839

TED Reference: 2019/S 240-590144

Contract award notice - utilities

Contract award notice – utilities

Results of the procurement procedure

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
Contact person: Liam Maclaughlin
Telephone: +353 12370881
Internet address(es):
I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

ENQEIR668 – Counterparty Settlement and Billing (CSB) / Enhanced Performance Monitoring System (EPMS) Support and Maintenance / Development Services Framework
Reference number:  ENQEIR668
II.1.2)

Main CPV code

72267000  -  Software maintenance and repair services
II.1.3)

Type of contract

Services
II.1.4)

Short description

EirGrid is seeking applications from interested parties for the provision of CSB / EPMS Support and Maintenance/ Development Services sitting on the ABB Core Product. EirGrid is seeking to establish a single supplier framework to support and maintain the CSB and EPMS Systems as well as undertaking any future development or customisation required. For further information please see the Information Memorandum and PQQ document attached to the notice on www.e-tenders.gov.ie
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement ( Agree to publish? yes )

Value excluding VAT:  4862000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

72260000  -  Software-related services
72261000  -  Software support services
72265000  -  Software configuration services
72266000  -  Software consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland and Northern Ireland
II.2.4)

Description of the procurement

EirGrid is seeking applications from interested parties for the provision of CSB / EPMS Support and Maintenance/ Development Services sitting on the ABB Core Product. EirGrid is seeking to establish a single supplier framework to support and maintain the CSB and EPMS Systems as well as undertaking any future development or customisation required. For further information please see the Information Memorandum and PQQ document attached to the notice on www.e-tenders.gov.ie
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Quality criterion  -  Name:  Quality, Quantity and Balance of Human Resources  /  Weighting:  20%
Quality criterion  -  Name:  Provision of Services  /  Weighting:  20%
Quality criterion  -  Name:  Service Level Agreement  /  Weighting:  5%
Quality criterion  -  Name:  Sample Project  /  Weighting:  15%
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  40%
II.2.11)

Information about options

Options: yes
Description of options:
The Framework Agreement period will be for an initial duration of four years with the option to extend annually for up to an additional four years, subject always to the satisfactory performance of the supplier
Under 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”) and given the complexity of EirGrid system set-up, any software installed may become embedded into EirGrid systems architecture. This may lead to future contracts for continuous support. Therefore EirGrid may award future contracts for continuous support up to the maximum allowed 20 years, subject always to the satisfactory performance of the supplier.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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

The procurement involves the establishment of a framework agreement
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 058-135176

Section V: Award of contract

Contract No: 1

Title: ENQEIR668 – Counterparty Settlement and Billing (CSB) / Enhanced Performance Monitoring System (EPMS) Support and Maintenance / Development Services Framework

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

02/10/2019
V.2.2)

Information about tenders ( Agree to publish? yes )

Number of tenders received:  1
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

Tata Consultancy Services
905191
Glandore Business Centre, Fitzwilliam Hall
Dublin
Dublin 2
IE

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT) ( Agree to publish? yes )

Lowest offer:  1.00  EUR / Highest offer:  1.00  EUR   taken into consideration

Section VI: Complementary information

VI.3)

Additional information

1) Interested parties must register their interest on the eTenders website ww.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)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures: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)

Service from which information about the review procedure may be obtained

Central office of the High Courts (Appeal Section)
Ground Floor, East Wing, Inns Quay
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie