Contract notice - utilities

Information

Published

Date of dispatch of this notice: 08/04/2020

Expire date: 19/05/2020

External Reference: 2020-237626

TED Reference: 2020/S 072-173161

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: Conor Molloy
Telephone: +353 17026543
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=165126&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

Provision of AMI Services to support ESB Network’s SMART Metering Operations Centre
Reference number:  SSCON5232
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 single supplier framework agreement for the provision of services to support ESB Network’s AMI (Advanced Metering Infrastructure) Operations center. The successful tenderer will provide the contracting entity with a resource service to augment ESB’s capability to operate ESB’s Networks infrastructure/systems/services and that the services would be managed by the contractor on site at ESB (e.g. by one or more delivery managers or site supervisors).
The successful tenderer will provide a resource service to support delivery (all roles outlined below), process and technology improvements for AMI Operations. It is required that the performance of resources will be monitored and managed by the successful tenderer.
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

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The Contracting Entity intends to procure a single supplier framework agreement for the provision of services to support ESB Network’s AMI (Advanced Metering Infrastructure) Operations centre. The successful tenderer will provide the contracting entity with a resource service to augment ESB’s capability to operate ESB’s Networks infrastructure/systems/services and that the services would be managed by the contractor on site at ESB (e.g. by one or more delivery managers or site supervisors)
The successful tenderer will provide a resource service to support delivery (all roles outlined below), process and technology improvements for AMI Operations. It is required that the performance of resources will be monitored and managed by the successful tenderer.
The following are the key roles that will be required:
•Systems Operations Support Engineer: AMI Operations Centre support engineer required to operate and monitor the AMI System in addition to Incident, Task and Change Management activities.
•Reporting Analyst: A reporting analyst responsible for the generation of dashboards, scheduled and ad-hoc business, technical, financial and regulatory reports.
•Database Owner: Responsible for ensuring the data contained in the various AMI system databases are validated and accurate.
•Strategy, Design and Planning SME: responsible for ensuring that the integrity of the AMI design conforms to ESB’s agreed business needs and overall design.
•MDMS Specialist: Meter Data Management System (MDMS) specialist responsible for activities including, but not limited to, MDMS operations, development of strategies, specifications, testing, troubleshooting and transition to operations of the MDMS.
•Test Support Manager: Test Support Manager role will be responsible for ensuring testing activities including, but not limited to, documentation of approach, planning, test strategy, test plan, test cases and test scripts are complete, that testing carried out by a 3rd party team is carried out as per the chosen ESB methodology (i.e. V model) to provide ESB transition management assurance.
•HES Specialist: AMI Head End System specialist responsible for activities including, but not limited to, HES operations, development of strategies, specifications, testing, troubleshooting and transition to operations.
•Firmware Specialist: Electricity Meter firmware specialist, experienced in firmware campaign planning and execution, development of strategies, specifications, testing, troubleshooting.
•Change Management SME: AMI System IT Change Manager responsible for the running of the AMI change advisory board.
•Contract Manager: Day to day responsibility for ensuring the delivery, quality and cost effectiveness of the vendor’s services through pro-active performance management as well as contract management.
•Smart Electricity Metering SME: Experienced certified electrician supporting the management of metering assets.
•System Ops Support Engineer: AMI Operations Centre support engineer required to operate the AMI Systems
•System Ops SME: AMI Operations Centre subject matter expert.
A more complete list of the deliverables required by the Framework Agreement will be provided in the Request for Tender (RFT) document.
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
Objective criteria for choosing the limited number of candidates:
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)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
At the date of issuing this PQQ it is envisaged that the framework agreement will be for an initial period of 36 months with an option to extend (subject to external factors applicable to continuity of the ESB Network’s Smart Metering Project), at the Contracting Entity’s discretion, for further periods up to 24 months from the expiry of the initial period. The total framework agreement period will be for a maximum of five years. Contracts awarded under the framework agreement may extend beyond the term of the framework agreement.
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 167941
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 167941
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 167941
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 167941
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 167941

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

Framework agreement with a single operator
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:  13/05/2020
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.2)

Information about electronic workflows

Electronic ordering will be used
Electronic payment will be used
VI.3)

Additional information

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 one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a framework agreement, the contracting entity reserves the right to invite the next highest scoring tenderer to join the framework and/or deliver the contract as appropriate to the circumstances pertaining to the framework agreement.
7) At its absolute discretion, the Contracting Entity may elect to terminate this procurement process, the framework agreement awarded 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

N/A
N/A
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Supplier's own legal advisor
Dublin
IE