Contract notice - utilities

Information

Published

Date of dispatch of this notice: 04/11/2021

Expire date: 10/12/2021

External Reference: 2021-240236

TED Reference: 2021/S 217-572494

Contract notice - utilities

[NoticeContractUtilities]

[Supplies]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
[Contactpoint]: Paul Valentine
[AddressPhone]: +353 12370200
[Nutscode]:  IE -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=200497&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivElectricity]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Remote Terminal Units (RTUs) for EirGrids Supervisory Control and Data Acquisition (SCADA)
[Fileref]:  ENQEIR783
II.1.2)

[CpvMain]

42961200  - 
II.1.3)

[TypeContract]

[Supplies]
II.1.4)

[DescrShort]

EirGrid's Energy Management System (EMS) is connected to approximately 300 Remote Terminal Units (RTUs) and 70 Substation Control Systems (SCS). The RTUs are installed at Transmission and Generation Stations, including windfarm sites and provide Supervisory Control and Data Acquisition (SCADA) to the EMS.
The objective of this Pre-Qualification Questionnaire (PQQ) process is to produce a short-list of suitably qualified companies who would be invited to tender for the supply of Transmission Utility SCADA equipment (hereafter referred to as RTUs which may incorporate additional communications or other functionality compared to standard RTUs) for delivery to the Republic of Ireland in accordance with the Scope of Requirements.
EirGrid intends to establish a single supplier framework.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 1400000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

31210000  - 
31682540  - 
48614000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
II.2.4)

[DescrProcurement]

EirGrid's Energy Management System (EMS) is connected to approximately 300 Remote Terminal Units (RTUs) and 70 Substation Control Systems (SCS). The RTUs are installed at Transmission and Generation Stations, including windfarm sites and provide Supervisory Control and Data Acquisition (SCADA) to the EMS.
The objective of this Pre-Qualification Questionnaire (PQQ) process is to produce a short-list of suitably qualified companies who would be invited to tender for the supply of Transmission Utility SCADA equipment (hereafter referred to as RTUs which may incorporate additional communications or other functionality compared to standard RTUs) for delivery to the Republic of Ireland in accordance with the Scope of Requirements.
EirGrid intends to establish a single supplier framework.
The Framework Agreement period will be for an initial duration of five years with the option to extend annually for up to an additional three years, subject always to the satisfactory performance of the supplier.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 1400000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 60
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 5
[CriteriaChoosingLimited]:
EirGrid envisages qualifying up to five Candidates from this pre-qualification process, subject to the quality of responses received.
If there is more than one Candidate ranked at 5th place, all the 5th placed Candidates will be invited to submit a tender proposal.
Only one company will be awarded a place on the framework.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
The initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory performance of the supplier.
The estimated spend of 1,400,000EUR is taking into account the full duration of the contract including the possible extensions. Ongoing technical support, maintenance and spare parts will be required over the lifetime of the equipments operation 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”).
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.1.3)

[FrameworkContractDpsInfo]

[FrameworkSingle]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  10/12/2021
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 12  ([FromStatedDate])

[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
7
IE
[AddressPhone]: +353 18886000