Contract notice - utilities

Information

Published

Date of dispatch of this notice: 28/07/2022

Expire date: 05/09/2022

External Reference: 2022-252923

TED Reference: 2022/S 147-422139

Contract notice - utilities

[NoticeContractUtilities]

[Services]

[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=219990&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivElectricity]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Energy Meter Data Capture and Meter Data Processing Solution with Support and Maintenance
[Fileref]:  ENQEIR781
II.1.2)

[CpvMain]

72000000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The objective of this PQQ process is to produce a short-list of suitably qualified Candidates who will be invited to tender for the provision of an Energy Meter Data Capture and Meter Data Processing Solution and the Support and Maintenance of same. Energy Meter Data is collected from transmission connected Generators, Interconnectors and Tie Line flow meters, and the SCADA system, and used by EirGrid and SONI for the purpose of Settlement and as Meter Data Provider obligations under the I-SEM Trading and Settlement Code. EirGrid and SONI currently use different energy meter data capture and data processing solutions. The scope of the project will include replacing the EirGrid system. It may include replacing the SONI system. This replacement may be done in parallel with the EirGrid implementation, after that implementation or not at all. A decision on the inclusion of SONI will be made when the regulatory funding position is fully established.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 14000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

38551000  - 
45317000  - 
72100000  - 
72200000  - 
72211000  - 
72212000  - 
72212100  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
II.2.4)

[DescrProcurement]

The objective of this PQQ process is to produce a short-list of suitably qualified Candidates who will be invited to tender for the provision of an Energy Meter Data Capture and Meter Data Processing Solution and the Support and Maintenance of same. Energy Meter Data is collected from transmission connected Generators, Interconnectors and Tie Line flow meters, and the SCADA system, and used by EirGrid and SONI for the purpose of Settlement and as Meter Data Provider obligations under the I-SEM Trading and Settlement Code. EirGrid and SONI currently use different energy meter data capture and data processing solutions. The scope of the project will include replacing the EirGrid system. It may include replacing the SONI system. This replacement may be done in parallel with the EirGrid implementation, after that implementation or not at all. A decision on the inclusion of SONI will be made when the regulatory funding position is fully established. The new system should capture Energy Metering Data, which is required for use by different business units within EirGrid (such as I-SEM, including Interconnector Settlement, TUoS and DS3 Services). It should be able to process meter data to ensure that the most accurate set of data is available for use. It should make this data available for the Business Units and Single Energy Market in appropriate formats through some form of customer meter data access facility. Ideally, it would also allow EirGrid give generators and other external parties access to their own meter data through a similar access facility. The single supplier Framework Agreement period will be for an initial duration of four years with the option to extend annually for up to an additional four years, subject always to the satisfactory performance of the supplier.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 14000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 5
[CriteriaChoosingLimited]:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
The initial contract period envisaged is 4 years with the possibility to extend annually up to a further 4 years, subject always to the satisfactory performance of the supplier.
The estimated spend of 14,000,000 EUR is taking into account the full duration of the contract including the possible extensions.
Under Article 51 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”) there can be exceptional cases duly justified that allows the term of a framework agreement to exceed eight years. Given the complexity of EirGrid system set-up, any revenue metering system installed may become embedded into EirGrid’s systems architecture. This may lead to future contracts for continuous support. Therefore, EirGrid may award future contracts for continuous support up to the maximum allowed 20 years, subject always to the satisfactory performance of the supplier.
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]:  05/09/2022
[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) 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