Contract notice - utilities

Information

Published

Date of dispatch of this notice: 20/05/2022

Expire date: 11/07/2022

External Reference: 2022-257219

TED Reference: 2022/S 101-281262

Contract notice - utilities

[NoticeContractUtilities]

[Services]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

Electricity Supply Board ( ESB )
N/A
27 Fitzwilliam Street Lower
Dublin
Dublin
IE
[Contactpoint]: Stephen Lawton
[AddressPhone]: +353 17026836
[AddressEmail]: stephen.lawton@esb.ie
[Nutscode]:  IE -  IRELAND
[Internets]:
[UrlGeneral]: http://www.esb.ie

I.2)

[JointProcurement]

[JointProcurementCentral]
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=214434&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivElectricity]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

The Provision of an integrated ADMS Advanced Distribution Management System solution implementation project including hardware, software, and support and maintenance services.
[Fileref]:  SS\CON\6428
II.1.2)

[CpvMain]

72000000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The Contracting Entity intends to procure an integrated Advanced Distribution Management System (ADMS) solution implementation project including hardware, software and professional services in designing, building and testing the solution, as well as support and maintenance services,
The ADMS solution must consolidate the following systems as a fully integrated solution.
SCADA - Supervisory Control and Data Acquisition
OMS - Outage Management System
DMS - Distribution Management System
DERMS -Distributed Energy Resource Management System
The contract shall be a fixed price contract for an integrated ADMS solution implementation project including hardware, software and professional services in designing, building and testing the ADMS solution, as well as support and maintenance services.
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

72000000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
[MainsiteplaceWorksDelivery]:  
Ireland
II.2.4)

[DescrProcurement]

The ADMS solution must consolidate the following systems as a fully integrated solution.
SCADA - Supervisory Control and Data Acquisition provides operators and other control systems with real-time communication to substations and field devices, as well as real-time data processing and visualization, alarm and event generation and management; OMS -Outage Management System allows operators to respond to faults, collect and analyse trouble events as well as plan and manage network outages; DMS - Distribution Management System is a collection of key applications designed to analyse and optimise (by means of power flow optimization or alternative approaches which can be demonstrated to achieve equivalent results) the entire distribution network operation efficiently and reliably; DERMS - Distributed Energy Resource Management System is an end-to-end automatic control system which allows operators to model, forecast and dispatch distributed energy resources (DER) and other controllable grid assets.
The scope of the contract shall include the following software applications:
• Network monitoring and control
o Data acquisition
o Data processing
o Supervisory control
o Sequential control
o Alarms and events
o Areas of responsibility and shift change
o Load shedding
o Disturbance data collection
• Outage management
o Fault management
o Crew management
o Emergency management
o Switching order management
• Basic distribution management
o Network topology processing
o Unbalanced load flow
o State estimator
o Load forecasting
o Study mode
o Contingency analysis
• Advanced distribution management
o Short circuit and fault location analysis
o Adaptive protection settings
o Fault location, isolation and service restoration
o Integrated volt-VAr control
o Network power flow optimisation
• DER management
o DER modelling, monitoring and control
o DER forecasting and merit order queuing
o DER dispatch
o DER flexibility management
• Reporting
o General reporting
o SCADA reporting
o OMS reporting
o Other reporting
o Dashboards
• Training
o Training simulator
o Instructor module.
The scope of the contract shall comply with the specified set of non-functional requirements and shall deliver the following infrastructure components:
• All hardware required to build the offered ADMS solution (compute, storage and network devices including cabinets and cables)
• All system software required to run the offered ADMS solution (operating systems, databases, system management tools, cybersecurity tools, etc.).
The scope of the contract shall include the following system integration interfaces with ADMS:
• AMI and MDM interface
• CRM and customer communication systems interface
• Data warehouse/business intelligence interface
• Equipment database interface
• GIS Interface
• Landbase interface
• Market management system interface
• OMS interface (interim, if applicable to the tenderer’s proposed implementation plan)
• SAP interface
• SCADA interface (interim, if applicable to the tenderer’s proposed implementation plan)
• Weather interface
• Workforce management interface.
The scope of the contract shall include the following professional services during the course of the project implementation:
• Project management
• Design
• Documentation
• Application development
• Infrastructure engineering
• Data engineering
• Testing
• Training
• Commissioning.
The scope of the contract shall include the following support and maintenance services:
• Standard hardware maintenance
• Standard software maintenance
• 24x7 help desk
• 24x7 remote monitoring
• Regular solution audit
• Patch compatibility verification
• Software updates.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

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

[LimitOperators]

[EnvisagedMin]: 5
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
It is envisaged the term of the contract commences on the date when services commence and shall be for a period of up to 60 months with one optional 36 month extension, and one further optional 24 month extension for a maximum contract of 120 months subject to satisfactory performance. The agreement will be subject to regular operational review.
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Please consult the associated documentation, which contains full instructions
regarding the submission of tenders and is available to download from
www.etenders.gov.ie using RFT ID 214396

[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 214396
III.1.2)

[EconomicFinancialStanding]

[InfoEvaluatingWethRequir]:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 214396
III.1.3)

[TechnicalCapacity]

[InfoEvaluatingWethRequir]:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 214396
III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeNegotWCall]
IV.1.4)

[ReductionDuringDialogue]

[ReductionRecourse]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  01/07/2022
[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) It is our intention to use the Irish Government Procurement portal
(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.4.3)

[AppealsLodging]

[AppealsDeadline]: 
Precise information on deadline(s) for review procedures:
The Contracting Entity will not conclude this contract until after the expiry of the
standstill period which commences on the day following the date of notification
of concerned tenderers. Review procedures are available in the High Court to a
person who has or has had an interest in obtaining the 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 to that framework contract.
VI.4.4)

[AppealsInfo]

Consult a legal advisor
Ireland
IE