Contract notice - utilities

Information

Published

Date of dispatch of this notice: 25/02/2020

Expire date: 03/04/2020

External Reference: 2020-212206

TED Reference: 2020/S 042-100329

Contract notice - utilities

[NoticeContractUtilities]

[Services]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

Electricity Supply Board ( ESB )
N/A
2 Gateway
Dublin 3
East Wall Road
IE
[Contactpoint]: Donie Cahalane
[AddressPhone]: +353 17026157
[AddressEmail]: donie.cahalane@esb.ie
[Internets]:
[UrlGeneral]: http://www.esb.ie

I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=162912&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivElectricity]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Provision of IT Emerging Technology, Digital, Data Science & Consultancy Services Panel Framework Agreement.
[Fileref]:  SSCON4776
II.1.2)

[CpvMain]

72000000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The Contracting Entity intends to procure a multi-provider framework agreement with service providers to provide IT services to support the delivery of its IT capability.
The envisaged services include:
• Provision of Digital specialists in support of Digital transformation initiatives, including data analytics
• Provision of Automation specialists in support of test and process automation
• Provision of Data Analytics specialists
• Support for design of new IT projects, products and technology transformations
• Delivery of proofs of concept/value and implementation roadmaps in collaboration with ESB stakeholders for new or emerging technologies
• Architectural advisory resources for existing, new and emerging technologies
• Subject matter expertise in relation to existing, new and emerging technologies
• Provision of IT Consultancy services
• Provision of suitably qualified resources (onsite, nearshore and offshore) in support of the above.
II.1.6)

[LotsInfo]

[DivisionLots]: [Yes]
[LotsSubmittedFor]  [LotsAll]
[LotsCombinationPossible]:  
Vendors may be awarded one or more Lots.
II.2)

[Description]

II.2.1)

[TitleContract]

Digital & Automation Specialists
[LotNumber]:  1
II.2.2)

[CpvAdditional]

72000000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Dublin
II.2.4)

[DescrProcurement]

It is proposed that the scope of Lot 1 will include:
• Proactive planning, resourcing, continuous improvement and performance management associated with service delivery;
• Provision of the following Digital & Automation capabilities:
o Digital Specialists (e.g. Digital Specialist, Customer Experience Design, Ideation, UI, Digital Marketing, Provision of customer focus groups)
o Automation Specialists (e.g. Cognitive, AI, RPA, Test Automation)
o Additional related emerging technologies or methodologies
• Provision of subject matter expertise related to the above capability areas
• Provision of Architectural support related to the above capability areas
The current assumption is that the contract value for an initial 3 years will be for 9,660 indicative number of forecast days subject to budgetary and operational requirements and constraints.
Forecast days are cumulative throughout the contract duration. The total forecast amount will be drawn down via multiple mini-tenders and some of forecasted days may be specified as committed days in mini tender pricing.
The current assumption is that the contract value for an initial 3 years will be for 9,660 indicative number of forecast days subject to budgetary and operational requirements and constraints.
Forecast days are cumulative throughout the contract duration. The total forecast amount will be drawn down via multiple mini-tenders and some of forecasted days may be specified as committed days in mini tender pricing.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

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

[LimitOperators]

[EnvisagedNumber]: 5
[CriteriaChoosingLimited]:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
At the date of issuing this PQQ it is envisaged that the framework agreement will be for an initial duration of 3 years with an option to extend by a further 3 years and a final 2 years (a potential 8-year framework).
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Please refer to the individual instructions for submission of bids relevant to each tender issued via the system.
II.2)

[Description]

II.2.1)

[TitleContract]

Architecture, Innovation & Emerging Technologies
[LotNumber]:  2
II.2.2)

[CpvAdditional]

72000000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Dublin
II.2.4)

[DescrProcurement]

It is proposed that the scope of Lot 2 will include:
• Provision of, but not limited to, the following Architecture capabilities:
o Cloud
o Digital Solutions (AI, ML, Robotics, IOT etc.)
o Cybersecurity
o Networking
o SAP
o Infrastructure
o Innovation & Emerging Technologies
o Other
• Provision of subject matter expertise related to the above capability areas
The current assumption is that the contract value for an initial 3 years will be for 2,070 indicative number of forecast days subject to budgetary and operational requirements and constraints.
Forecast days are cumulative throughout the contract duration. The total forecast amount will be drawn down via multiple mini-tenders and some of forecasted days may be specified as committed days in mini tender pricing.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

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

[LimitOperators]

[EnvisagedNumber]: 5
[CriteriaChoosingLimited]:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
At the date of issuing this PQQ it is envisaged that the framework agreement will be for an initial duration of 3 years with an option to extend by a further 3 years and a final 2 years (a potential 8-year framework).
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Please refer to the individual instructions for submission of bids relevant to each tender issued via the system.
II.2)

[Description]

II.2.1)

[TitleContract]

IT Consultancy Services
[LotNumber]:  3
II.2.2)

[CpvAdditional]

72000000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Dublin
II.2.4)

[DescrProcurement]

It is proposed that the scope of Lot 3 will include:
• Provision of, but not limited to, the following IT Consultancy capabilities:
o Advice on IT strategy management, development and implementation
o Consultants to advise ESB on Group & BU Digital & IT strategies
o Consultants to advise ESB on Digital transformation
o Consultants to advise ESB on creating a Digital Eco-system
o Review and Benchmarking of IT Capabilities including Digital and Data Analytics capabilities
o All of the above in the context of an energy utility
The current assumption is that the contract value for an initial 3 years will be for 690 indicative number of forecast days subject to budgetary and operational requirements and constraints.
Forecast days are cumulative throughout the contract duration. The total forecast amount will be drawn down via multiple mini-tenders and some of forecasted days may be specified as committed days in mini tender pricing.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

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

[LimitOperators]

[EnvisagedNumber]: 5
[CriteriaChoosingLimited]:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
At the date of issuing this PQQ it is envisaged that the framework agreement will be for an initial duration of 3 years with an option to extend by a further 3 years and a final 2 years (a potential 8-year framework).
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Please refer to the individual instructions for submission of bids relevant to each tender issued via the system.
II.2)

[Description]

II.2.1)

[TitleContract]

Data Science & Analytics
[LotNumber]:  4
II.2.2)

[CpvAdditional]

72000000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Dublin
II.2.4)

[DescrProcurement]

It is proposed that the scope of Lot 4 will include:
• Provision of the following Data Science & Analytics capabilities:
o Thought-leadership on Data Science and Analytics Strategy and implementation, including architecture, platforms and tools.
o Delivery of bespoke exploratory projects and analytics use cases involving large data sets from a multitude of data analytics domains across ESB
o Resources to upskill the Data Analytics team
• Provision of subject matter expertise to the above capability areas
The current assumption is that the contract value for an initial 3 years will be for 1380 indicative number of forecast days subject to budgetary and operational requirements and constraints.
Forecast days are cumulative throughout the contract duration. The total forecast amount will be drawn down via multiple mini-tenders and some of forecasted days may be specified as committed days in mini tender pricing.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

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

[LimitOperators]

[EnvisagedNumber]: 5
[CriteriaChoosingLimited]:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
At the date of issuing this PQQ it is envisaged that the framework agreement will be for an initial duration of 3 years with an option to extend by a further 3 years and a final 2 years (a potential 8-year framework).
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Please refer to the individual instructions for submission of bids relevant to each tender issued via the system.

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 165842
III.1.2)

[EconomicFinancialStanding]

[InfoEvaluatingWethRequir]:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 165842
III.1.3)

[TechnicalCapacity]

[InfoEvaluatingWethRequir]:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 165842
III.1.4)

[ParticipationRules]

[DescrBriefRules]: As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 165842
III.1.6)

[DepositsRequired]

Will be specified in RFT.
III.1.7)

[FinancingConditions]

Will be specified in RFT.
III.1.8)

[LegalFormTaken]

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 165842
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

Will be specified in RFT.

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeNegotWCall]
IV.1.3)

[FrameworkContractDpsInfo]

[FrameworkSeveral]
[FrameworkParticipEnvis]:  20
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  28/03/2020
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.3)

[InfoAdditional]

1) It is our intention to use the Irish Government Procurement portal (http://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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

Chief Registrar
Four Courts, Inns Quay
Dublin 7
IE
[AddressPhone]: +353 18886000

VI.4.2)

[MediationBody]

Not applicable
Ireland
IE

VI.4.4)

[AppealsInfo]

Supplier's own legal advisor
Ireland
Ireland
IE