Contract notice - utilities

Information

Published

Date of dispatch of this notice: 02/04/2020

Expire date: 07/05/2020

External Reference: 2020-244244

TED Reference: 2020/S 069-165407

Contract notice - utilities

Contract notice – utilities

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 12370000
Internet address(es):
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=165242&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

Control Room of the Future
Reference number:  ENQEIR717
II.1.2)

Main CPV code

79410000  -  Business and management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

EirGrid is seeking expressions of interest from suitably qualified and competent advisors to review our current Control Room Operations in Dublin/Belfast and other jurisdictions in the energy and non-energy sectors from around the world to identify best practice in terms of tools, processes and systems. This is expected to include big data analytics promoting control and decision making in a dynamic environment to facilitate automation for our 2030 and beyond requirements taking the high level of planned renewable integration.
The successful tenderer will be required to:
- Develop a vison of the control room of 2030 and beyond,
- Identify activities and options which may facilitate best practice and operation,
- Develop a prototype or virtual reality experience of the proposal, and
- Develop an outline design and roadmap with proposed implementation programme
II.1.5)

Estimated total value

Value excluding VAT: 450000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

64215000  -  IP telephone services
64220000  -  Telecommunication services except telephone and data transmission services
64226000  -  Telematics services
65000000  -  Public utilities
65310000  -  Electricity distribution
65320000  -  Operation of electrical installations
II.2.3)

Place of performance

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

Description of the procurement

EirGrid Group operates and develops the electricity system in Ireland. Our 2020 - 25 strategy is shaped by climate change and the transition of the electricity sector to low-carbon, renewable energy. We have a unique role to play in leading the radical transformation that is required. Our strategy sums up our response to these challenges. It consists of a set of key goals, underpinned by our purpose to "Transform the power system for future generations". One of the Primary Company goals is to "Lead the island's electricity sector on sustainability and decarbonisation " renewable targets. The Climate Action Plan 2019 states that 70% of electricity will be generated from renewable sources by 2030. In the UK, the Government is pursuing net zero carbon emissions by 2050. We can currently operate the grid with up to 65% of renewable power. By 2030 this must increase to 95%.
To do this we must operate the system in a more dynamic and responsive way. Integral to this is to develop our Contol Room in accordance with international best practice utilising the most up to date technology, processes and systems
EirGrid is seeking expressions of interest from suitably qualified and competent advisors to review our current Control Room Operations in Dublin/Belfast and other jurisdictions in the energy and non-energy sectors from around the world to identify best practice in terms of tools, processes and systems. This is expected to include big data analytics promoting control and decision making in a dynamic environment to facilitate automation for our 2030 and beyond requirements taking the high level of planned renewable integration.
The successful tenderer will be required to:
- Develop a vison of the control room of 2030 and beyond,
- Identify activities and options which may facilitate best practice and operation,
- Develop a prototype or virtual reality experience of the proposal, and
- Develop an outline design and roadmap with proposed implementation programme
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 450000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
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: 3  /  Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Three to five subject to suitable number of candidates
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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 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:  Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
III.1.6)

Deposits and guarantees required

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

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

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

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

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

Conditions related to the contract

III.2.2)

Contract performance conditions

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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:  07/05/2020
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) 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)

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: 
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 (Appeals Section)
Ground Floor, East Wing Inns Quay
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie