Back to tenders & grants page
Ireland-Dublin: IT services: consulting, software development, Internet and support Consulting Ireland-Dublin: IT services: consulting, software development, Internet and support
Receive Tenders like this by email

Ireland-Dublin: IT services: consulting, software development, Internet and support

Ireland-Dublin: IT services: consulting, software development, Internet and support has been closed on 23 Mar 2022. It no longer accepts any bids. For further information, you can contact the Electricity Supply Board ( ESB ) (N/A)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

Electricity Supply Board ( ESB ) (N/A)

Industry:

Consulting

Status:

Closed

Timeline

Published:

21 Feb 2022

Deadline:

23 Mar 2022

Value:

Not available

Contacts

Name:

Stephen Lawton

Phone:

+353 18886000

Description

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Electricity Supply Board ( ESB )
National registration number: N/A
Postal address: 2 Gateway
Town: Dublin 3
NUTS code: IE Éire / Ireland
Postal code: East Wall Road
Country: Ireland
Contact person: Stephen Lawton
E-mail: [email protected]
Internet address(es):
Main address: http://www.esb.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/377
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=207133&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=207133&B=ETENDERS_SIMPLE
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:

The supply and implementation of a Cloud based Field Work Management Solution

Reference number: SS/CON/6261
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 solution to contract for the supply and implementation of a Cloud based field work management solution.

II.1.5)Estimated total value
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
NUTS code: IE Éire / Ireland
Main site or place of performance:

Republic of Ireland

II.2.4)Description of the procurement:

The Contracting Entity intends to procure a solution to contract for the supply and implementation of a Cloud based field work management solution that addresses the below requirements. Please also note ESB is a Cloud first company and as such are looking for a Cloud based solution to fulfil these requirements.

It is proposed that the Contract will include (non-exhaustive list – high level scope):

• Solution to enable integrated scheduling, resource assignment, mobile work management (dispatch, mobile completion, data capture, follow on work orders) to cover work orders across ESB's Network Operations

• Availability of a Customer Portal to facilitate appointment scheduling, Design Engineering Officer using tool to manage status of job and job tracking presentation to stakeholders.

• Inbuilt optimisation engine for work order scheduling and resource assignment for automated and rules-based scheduling. (Application of ESB specific rules, policies, mandatory versus optional rules etc.)

• Manual scheduling capability

• Repository to define and maintain master job list covering full list of tasks that can be scheduled and the associated requirements such as skills levels and rules

• Repository to capture list of all available resources for scheduling, skills and qualifications, crew management as part of resource list

• Solution provides different role profiles which enable the appropriate access, tools, and views to support work management, workflow scheduling and direct intervention capability across ESB Networks operations

• Single portal for supervisors (Single Gantt) and single mobile application for field staff

• Contractor access to portal and application with similar functionality to ESB with appropriate access and data management

• Covers both internal staff and contractors in scheduling and mobile work management

• Ability to include grid operator Outages in the scheduling solution and how best to manage/optimise

• Reporting, data management and audit inbuilt functionality

• A single platform product

• Solution needs to integrate with existing ESB systems, SAP ISU, SAP S/4 Hana, Oracle Network Management System and Intergraph GIS

• Integrate with Microsoft Azure Active Directory for user access management

• Agnostic solution with respect to mobile device operating systems

• Data Migration support

• Service is required for the Republic of Ireland

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
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
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

It is envisaged the term of the contract commences on the date when services commence and shall be for a period of up to 36 months with an option to extend after the initial period exercisable on 2 occasions for further periods up to 24 months from the expiry of the initial period, for a total contract period of 84 months.

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 207545

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:

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 207545

III.1.6)Deposits and guarantees required:

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 207545

III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 207545

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 207545

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 207545

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
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: 23/03/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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.3)Additional information:

1) Interested parties must register their interest on the eTenders website (http://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 (http://www.etenders.gov.ie/) only. Registration is free of charge. 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 contract one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract, the contracting entity reserves the right to invite the next highest scoring tenderer to join the contract and/or deliver the contract as appropriate to the circumstances pertaining to said contract;

7) At its absolute discretion, the contracting entity may elect to terminate this procurement process 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
Official name: Chief Registrar
Postal address: Four Courts, Inns Quay
Town: Dublin 7
Country: Ireland
Telephone: +353 18886000
Internet address: http://www.courts.ie
VI.4.2)Body responsible for mediation procedures
Official name: Not Applicable
Town: Ireland
Country: Ireland
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Suppliers own legal advisor
Town: Ireland
Country: Ireland
VI.5)Date of dispatch of this notice:
16/02/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:94090-2022:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more