Scope of requirements is to use the models developed by EirGrid and functionality contained in the current WSAT tool or to develop a new software application. EirGrid envisages this project being a solution which will evolve over time and therefore intends awarding a contract with a potential maximum relationship of 20 years including options for renewal at various stages over the life of the arrangement. EirGrid envisages qualifying up to 5 candidates from this pre-qualification.
Deadline
The time limit for receipt of tenders was 2019-04-02.
The procurement was published on 2019-02-27.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Look – Ahead Security Assessment Tool
ENQEIR658
Products/services: IT software development services📦
Short description:
“Scope of requirements is to use the models developed by EirGrid and functionality contained in the current WSAT tool or to develop a new software...”
Short description
Scope of requirements is to use the models developed by EirGrid and functionality contained in the current WSAT tool or to develop a new software application. EirGrid envisages this project being a solution which will evolve over time and therefore intends awarding a contract with a potential maximum relationship of 20 years including options for renewal at various stages over the life of the arrangement. EirGrid envisages qualifying up to 5 candidates from this pre-qualification.
Show more
Estimated value excluding VAT: EUR 3 650 000 💰
The scope of requirements is to use the models developed by EirGrid and functionality contained in the current WSAT tool or to develop a new software application to include, but not limited to:
The look-ahead security assessment tool will perform power system security analysis (steady-state and dynamic) across a time horizon from real-time up to (typically) 24 hours. The tool will suggest preventive measures in cases where the security criteria (to be defined in the detailed functional specification) is not met.
The tool will assess operational security components such as transient stability, voltage stability, frequency stability and thermal loading.
The tool output will facilitate system operations real-time decision making, displaying results in an appropriate manner to be detailed in the tender.
The tool will be based on RMS positive sequence calculations (steady-state load flow and time-domain dynamics). The time domain solver must include variable time step capability.
The tool will have on-line and off-line study capability.
The tool performance will be the equal, or better, to the existing WSAT tool as outlined in the Background section above.
The tool shall be operational in EirGrid’s Control Centres (Dublin and Belfast) by the end of 2019. The duration of the delivery contract will be up to project completion which will include for development, installation, testing, model validation, tool validation and integration of the tool in accordance with agreed programme. The services agreement will commence on the services commencement date and will be for an initial duration of 3 years with an option to extend. EirGrid envisages qualifying up to 5 candidates from this pre-qualification.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 3 650 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 36
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
“Please see information memorandum and pre-qualification questionnaire attached to this notice.” Information about options
Options ✅
Description of options:
“Under 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)...”
Description of options
Under 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”) and given the complexity of EirGrid system set-up, the software installed may become embedded into EirGrid 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.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
“Please see information memorandum and pre-qualification questionnaire attached to this notice.” Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions for participation
List and brief description of rules and criteria:
“Please see information memorandum and pre-qualification questionnaire attached to this notice.”
Deposits and guarantees required:
“Please see information memorandum and pre-qualification questionnaire attached to this notice.”
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.”
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.” Conditions related to the contract
Contract performance conditions:
“Please see information memorandum and pre-qualification questionnaire attached to this notice.”
Procedure Type of procedure
Negotiated procedure with prior call for competition
Administrative information
Previous publication concerning this procedure: 2018/S 204-466592
Time limit for receipt of tenders or requests to participate: 2019-04-02
00:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information 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...”
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.
Show more Review body
Name: The High Court
Postal address: Four Courts
Postal town: Dublin
Postal code: 7
Country: Ireland 🇮🇪
Phone: +353 18886000📞
URL: http://www.courts.ie🌏 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...”
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.
Show more Service from which information about the review procedure may be obtained
Name: Central office of the High Courts (Appeal Section)
Postal address: Ground Floor, East Wing, Inns Quay
Postal town: Dublin
Postal code: 7
Country: Ireland 🇮🇪
Phone: +353 18886000📞
URL: http://www.courts.ie🌏
Source: OJS 2019/S 044-101639 (2019-02-27)
Contract award notice (2019-10-23) Object Scope of the procurement
Title: Look-Ahead Security Assessment Tool
ENQEIR658
Short description:
“This tender process is now complete. Scope of requirements is to use the models developed by EirGrid and functionality contained in the current WSAT tool or...”
Short description
This tender process is now complete. Scope of requirements is to use the models developed by EirGrid and functionality contained in the current WSAT tool or to develop a new software application. EirGrid envisages this project being a solution which will evolve over time and therefore intends awarding a contract with a potential maximum relationship of 20 years including options for renewal at various stages over the life of the arrangement.
Show more
Total value of the procurement (excluding VAT): EUR 5 000 000 💰
Description
Main site or place of performance: Dublin and Belfast.
Description of the procurement:
“The scope of requirements is to use the models developed by EirGrid and functionality contained in the current WSAT tool or to develop a new software...”
Description of the procurement
The scope of requirements is to use the models developed by EirGrid and functionality contained in the current WSAT tool or to develop a new software application to include, but not limited to:
The look-ahead security assessment tool will perform power system security analysis (steady-state and dynamic) across a time horizon from real-time up to (typically) 24 hours. The tool will suggest preventive measures in cases where the security criteria (to be defined in the detailed functional specification) is not met.
The tool will assess operational security components such as transient stability, voltage stability, frequency stability and thermal loading.
The tool output will facilitate system operations real-time decision making, displaying results in an appropriate manner to be detailed in the tender.
The tool will be based on RMS positive sequence calculations (steady-state load flow and time-domain dynamics). The time domain solver must include variable time step capability.
The tool will have on-line and off-line study capability.
The tool performance will be the equal, or better, to the existing WSAT tool as outlined in the background section above.
The tool shall be operational in EirGrid’s Control Centres (Dublin and Belfast) by the end of 2019. The duration of the delivery contract will be up to project completion which will include for development, installation, testing, model validation, tool validation and integration of the tool in accordance with agreed programme. The services agreement will commence on the services commencement date and will be for an initial duration of 3 years with an option to extend.
Show more Award criteria
Quality criterion (name): Resources
Quality criterion (weighting): 5 %
Quality criterion (name): Project
Quality criterion (weighting): 15 %
Quality criterion (name): Provision of support
Quality criterion (name): Requirements
Quality criterion (weighting): 40 %
Cost criterion (name): Ultimate cost
Cost criterion (weighting): 25 %
Information about options
Description of options:
“Under 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)...”
Description of options
Under 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’) and given the complexity of EirGrid system set-up, the software installed may become embedded into EirGrid 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.
Show more Description
Additional information: The awarded value includes the possible extension of up to 20 years.
Procedure Administrative information
Previous publication concerning this procedure: 2019/S 044-101639
Award of contract
1️⃣
Contract Number: 1
Title: Look-Ahead Security Assessment Tool
Date of conclusion of the contract: 2019-10-23 📅
Information about tenders
Number of tenders received: 2
Number of tenders received by electronic means: 2
Name and address of the contractor
Name: Grid Solutions SAS
Postal address: 102 avenue de Paris
Postal town: 91741 Massy
Country: France 🇫🇷
E-mail: ali.gharari@ge.com📧
Region: France 🏙️
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 5 000 000 💰
Information about subcontracting
The contract is likely to be subcontracted
Complementary information Additional information
The awarded value includes the possible extension of up to 20 years.
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...”
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.
Show more
Source: OJS 2019/S 207-506193 (2019-10-23)