The purpose of the pre-qualification questionnaire (PQQ) is to invite qualification applications from interested parties for the provision of ICT services and Professionals under a multi-party supplier framework agreement. This is not a recruitment tender. The resources required will be managed by the successful tenderer and not EirGrid Group.
EirGrid intends to establish a multi-party supplier framework for the provision of these services using the following lots:
Lot 1: Project and Product Management Services;
Lot 2: Infrastructure Operations and Application Support and Development;
Lot 3: Data and Analytics and Data Integration;
Lot 4: Delivery Partners.
Three companies will then be appointed to each lot, subject to the quality of responses received.
Deadline
The time limit for receipt of tenders was 2020-04-06.
The procurement was published on 2020-03-03.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Multi-Party Framework for the Provision of IT Services
ENQEIR708
Products/services: IT services: consulting, software development, Internet and support๐ฆ
Short description:
โThe purpose of the pre-qualification questionnaire (PQQ) is to invite qualification applications from interested parties for the provision of ICT services...โ
Short description
The purpose of the pre-qualification questionnaire (PQQ) is to invite qualification applications from interested parties for the provision of ICT services and Professionals under a multi-party supplier framework agreement. This is not a recruitment tender. The resources required will be managed by the successful tenderer and not EirGrid Group.
EirGrid intends to establish a multi-party supplier framework for the provision of these services using the following lots:
Lot 1: Project and Product Management Services;
Lot 2: Infrastructure Operations and Application Support and Development;
Lot 3: Data and Analytics and Data Integration;
Lot 4: Delivery Partners.
Three companies will then be appointed to each lot, subject to the quality of responses received.
Show more
Estimated value excluding VAT: EUR 57 000 000 ๐ฐ
Information about lots
Tenders may be submitted for all lots
Lot 1: project and product management services
โข provision of, but not limited to, the following project and product capabilities:
โ project (waterfall and agile) and product management,
โ change management,
โ analysis (e.g. system, business and technical),
โ governance;
โข provision of architectural services (e.g. enterprise, application, business, technical, solution, security, service, functional infrastructure, cloud, data);
โข provision of subject matter expertise related to the above capability areas.
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 15 000 000 ๐ฐ
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:
โEirGrid envisages qualifying up to five candidates per lot from this pre-qualification process, subject to the quality of responses received. EirGrid...โ
Objective criteria for choosing the limited number of candidates
EirGrid envisages qualifying up to five candidates per lot from this pre-qualification process, subject to the quality of responses received. EirGrid reserves the right to qualify a further number of candidates as deemed appropriate. For example, should two or more candidates finish in joint position, the company may, at its sole discretion, qualify more than five candidates.
Show more Information about options
Options โ
Description of options:
โThe initial contract period envisaged is 3 years with the possibility to extend for two terms of an additional two (2) years and a final extension of one...โ
Description of options
The initial contract period envisaged is 3 years with the possibility to extend for two terms of an additional two (2) years and a final extension of one (1) year, subject always to the satisfactory performance of the members. The estimated spend of EUR 15 000 000 is taking into account the full duration of the contract including the possible extensions.
2๏ธโฃ Scope of the procurement
Title: Lot 2: Infrastructure Operations and Application Support
Title
Lot Identification Number: 2
Description
Description of the procurement:
โLot 2: Infrastructure operations and application support
The service types required as part of this lot will include but not be limited to the following...โ
Description of the procurement
Lot 2: Infrastructure operations and application support
The service types required as part of this lot will include but not be limited to the following Infrastructure capabilities including the ability to take responsibility for specific areas of work over time:
โ 1, 2 and 3 level support,
โ service management,
โ server administration (Microsoft and Linux Operating systems and associated toolsets),
โ database administration (Microsoft SQL server and Oracle databases and associated toolsets),
โ infrastructure environment management (e.g. Backup, Monitoring, VMware, Licence Management, Storage, Equipment installation, Networking),
โ cloud adoption, management & support (e.g. Azure/O365, AWS),
โ application support,
โ end user tool management (end user computing; collaboration tools, audio visual systems management, mobile device management).
Provision of subject matter expertise related to the above capability areas
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 18 000 000 ๐ฐ
Information about options
Description of options:
โThe initial contract period envisaged is 3 years with the possibility to extend for two terms of an additional two (2) years and a final extension of one...โ
Description of options
The initial contract period envisaged is 3 years with the possibility to extend for two terms of an additional two (2) years and a final extension of one (1) year, subject always to the satisfactory performance of the members. The estimated spend of EUR 18 000 000 is taking into account the full duration of the contract including the possible extensions.
3๏ธโฃ Scope of the procurement
Title: Lot 3: Application Development, Data, Analytics and Integration
Title
Lot Identification Number: 3
Description
Main site or place of performance: Dubln, Belfast.
Description of the procurement:
โLot 3: Application development, data, analytics and integration
The service types required as part of this lot will include but not be limited to:
โ agile...โ
Description of the procurement
Lot 3: Application development, data, analytics and integration
The service types required as part of this lot will include but not be limited to:
โ agile delivery,
โ application development,
โ application packaging and deployment,
โ data analysis,
โ big data analytics,
โ database administration,
โ data visualisation and reporting,
โ analytics development and support,
โ data integrator/connector development and maintenance (Oracle, .NET, REST),
โ additional related emerging technologies or methodologies.
Provision of subject matter expertise related to the above capability areas.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 12 000 000 ๐ฐ
Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
โEirGrid envisages qualifying up to five candidates per Lot from this pre-qualification process, subject to the quality of responses received. EirGrid...โ
Objective criteria for choosing the limited number of candidates
EirGrid envisages qualifying up to five candidates per Lot from this pre-qualification process, subject to the quality of responses received. EirGrid reserves the right to qualify a further number of candidates as deemed appropriate. For example, should two or more candidates finish in joint position, the company may, at its sole discretion, qualify more than five candidates.
Show more Information about options
Description of options:
โThe initial contract period envisaged is 3 years with the possibility to extend for two terms of an additional two (2) years and a final extension of one...โ
Description of options
The initial contract period envisaged is 3 years with the possibility to extend for two terms of an additional two (2) years and a final extension of one (1) year, subject always to the satisfactory performance of the members. The estimated spend of EUR 12 000 000 is taking into account the full duration of the contract including the possible extensions.
4๏ธโฃ Scope of the procurement
Title: Lot 4: Delivery Partners
Title
Lot Identification Number: 4
Description
Description of the procurement:
โLot 4: Delivery partners
This lot is intended to be used for the end to end delivery of project and product deliverables (which may already be set out in...โ
Description of the procurement
Lot 4: Delivery partners
This lot is intended to be used for the end to end delivery of project and product deliverables (which may already be set out in other lots). Successful tenderers will be asked to manage the delivery of the required scope of work as lead vendor. The service types required as part of this lot include, but are not restricted to delivery of the following capabilities:
โ project and product management,
โ change management,
โ business analysis,
โ application development,
โ test management and test execution,
โ integration with EirGrid IT infrastructure, security and application architecture,
โ additional related emerging technologies or methodologies;
โข provision of subject matter expertise related to the above capability areas;
โข provision of Architectural support related to the above capability areas.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 12 000 000 ๐ฐ
Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
โEirGrid envisages qualifying up to five candidates per lot from this pre-qualification process, subject to the quality of responses received. EirGrid...โ
Objective criteria for choosing the limited number of candidates
EirGrid envisages qualifying up to five candidates per lot from this pre-qualification process, subject to the quality of responses received. EirGrid reserves the right to qualify a further number of candidates as deemed appropriate. For example, should two or more candidates finish in joint position, the Company may, at its sole discretion, qualify more than five candidates.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ 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:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ
Deposits and guarantees required:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ Conditions related to the contract
Contract performance conditions:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 3
Administrative information
Time limit for receipt of tenders or requests to participate: 2020-04-06
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
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
โ1) 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...โ
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 โor equivalentโ 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 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โThe contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after...โ
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 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
URL: http://www.courts.ie๐
Source: OJS 2020/S 047-112279 (2020-03-03)
Contract award notice (2021-01-12) Contracting authority Name and addresses
Postal address: Block 2 โ The Oval, 160 Shelbourne Road, Dublin 4
Object Scope of the procurement
Title: Multi-party Framework for the Provision of IT Services
ENQEIR708
Short description:
โThis tender process is now complete.
The purpose of the pre-qualification questionnaire (PQQ) was to invite qualification applications from interested...โ
Short description
This tender process is now complete.
The purpose of the pre-qualification questionnaire (PQQ) was to invite qualification applications from interested parties for the provision of ICT services and professionals under a multi-party supplier framework agreement. This is not a recruitment tender. The resources required will be managed by the successful tenderer and not EirGrid Group.
EirGrid intends to establish a multi-party supplier framework for the provision of these services using the following lots:
โข Lot 1: Project and Product Management Services;
โข Lot 2: Infrastructure Operations and Application Support and Development;
โข Lot 3: Data and Analytics and Data Integration;
โข Lot 4: Delivery Partners.
Three companies will then be appointed to each lot, subject to the quality of responses received.
Show more
Total value of the procurement (excluding VAT): EUR 57 000 000 ๐ฐ
Information about lots
This contract is divided into lots โ Description
Description of the procurement:
โLot 1: Project and product management services:
โข provision of, but not limited to, the following project and product capabilities:
โ project (Waterfall and...โ
Description of the procurement
Lot 1: Project and product management services:
โข provision of, but not limited to, the following project and product capabilities:
โ project (Waterfall and Agile) and product management,
โ change management,
โ analysis (e.g. system, business and technical),
โ governance;
โข provision of architectural services (e.g. enterprise, application, business, technical, solution, security, service, functional infrastructure, cloud, data);
โข provision of subject matter expertise related to the above capability areas.
Show more Award criteria
Quality criterion (name): 1) Approach and methodology
Quality criterion (weighting): 45
Quality criterion (name): 2) Resources
Quality criterion (weighting): 25
Price (weighting): 30
Description
Description of the procurement:
โLot 2: Infrastructure operations and application support
The service types required as part of this lot will include but not be limited to the following...โ
Description of the procurement
Lot 2: Infrastructure operations and application support
The service types required as part of this lot will include but not be limited to the following Infrastructure capabilities including the ability to take responsibility for specific areas of work over time:
โ first, second and third level support;
โ service management;
โ server administration (Microsoft and Linux Operating systems and associated toolsets);
โ database administration (Microsoft SQL server and Oracle databases and associated toolsets);
โ infrastructure environment management (e.g. backup, monitoring, VMware, licence management, storage, equipment installation, networking);
โ cloud adoption, management and support (e.g. Azure/O365, AWS);
โ application support;
โ end user tool management (End user computing; collaboration tools, audio visual systems management, mobile device management).
โข Provision of subject matter expertise related to the above capability areas.
Show more Award criteria
Quality criterion (name): Resources
Title
Lot Identification Number: 6
Description
Description of the procurement:
โLot 3: Application development, data, analytics and integration
The service types required as part of this lot will include but not be limited to:
โ agile...โ
Description of the procurement
Lot 3: Application development, data, analytics and integration
The service types required as part of this lot will include but not be limited to:
โ agile delivery;
โ application development;
โ application packaging and deployment;
โ data analysis;
โ big data analytics;
โ database administration;
โ data visualisation and reporting;
โ analytics development and support;
โ data integrator/connector development and maintenance (Oracle, .NET, REST);
โ Additional related emerging technologies or methodologies.
โข Provision of subject matter expertise related to the above capability areas.
Show more Title
Lot Identification Number: 10
Description
Description of the procurement:
โLot 4: Delivery partners
This lot is intended to be used for the end to end delivery of project and product deliverables (which may already be set out in...โ
Description of the procurement
Lot 4: Delivery partners
This lot is intended to be used for the end to end delivery of project and product deliverables (which may already be set out in other lots). Successful tenderers will be asked to manage the delivery of the required scope of work as lead vendor. The service types required as part of this lot include, but are not restricted to delivery of the following capabilities:
โ project and product management;
โ change management;
โ business analysis;
โ application development;
โ test management and test execution;
โ integration with EirGrid IT infrastructure, security and application architecture;
โ additional related emerging technologies or methodologies.
โข Provision of subject matter expertise related to the above capability areas;
โข provision of architectural support related to the above capability areas.
Show more Award criteria
Quality criterion (weighting): 30
Quality criterion (weighting): 15
Quality criterion (name): Sample projects
Price (weighting): 25
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2020/S 047-112279
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Lot 1: Project and Product Management Services
Date of conclusion of the contract: 2021-01-11 ๐
Information about tenders
Number of tenders received: 5
Number of tenders received by electronic means: 5
Name and address of the contractor
Name: Ernst and Young
National registration number: IE 4554695L
Postal address: Harcourt Centre, Harcourt Street
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Phone: +353 4794074๐
E-mail: eytendersirl@ie.ey.com๐ง
Region: รire/Ireland๐๏ธ
URL: http://www.ey.com๐
The contractor is an SME
2๏ธโฃ
Contract Number: 2
Name and address of the contractor
Name: Ibm
National registration number: 16226
Postal address: IBM House
Phone: +353 0863811519๐
E-mail: cenk.kuzucu@ie.ibm.com๐ง
URL: http://www.ibm.ie๐
3๏ธโฃ
Contract Number: 3
Name and address of the contractor
Name: Version 1
National registration number: 257302
Postal address: Millennium House, Millennium Walkway
Postal town: Dublin 1
Phone: +353 18657800๐
E-mail: tendernotices@version1.com๐ง
Fax: +353 18657801 ๐
URL: http://www.version1.com๐
4๏ธโฃ
Contract Number: 4
Title: Lot 2: Infrastructure operations and Application Support
Name and address of the contractor
Name: Accenture Ltd
National registration number: EI6360745Q
Postal address: 1 Grand Canal Square, Grand Canal Harbour
Phone: +353 868572651๐
E-mail: robbie.odonoghue@accenture.com๐ง
URL: http://www.accenture.com๐
5๏ธโฃ
Contract Number: 5
6๏ธโฃ
Contract Number: 6
Title: Lot 2: Infrastructure Operations and Application Support
7๏ธโฃ
Contract Number: 7
Title: Lot 3: Application Development, Data, Analytics and Integration
8๏ธโฃ
Contract Number: 8
9๏ธโฃ
Contract Number: 9
1๏ธโฃ0๏ธโฃ
Contract Number: 10
Title: Lot 4: Delivery Partners
Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
1๏ธโฃ1๏ธโฃ
Contract Number: 11
1๏ธโฃ2๏ธโฃ
Contract Number: 12
Name and address of the contractor
Name: Tata Consultancy Services
National registration number: 9981142A
Postal address: Glandore Business Centres Fitzwilliam Hall, Fitzwilliam place
Phone: +353 16696642๐
E-mail: deepak.c@tcs.com๐ง
Fax: +353 16694749 ๐
URL: http://www.tcs.com๐
1๏ธโฃ3๏ธโฃ
Contract Number: 13
Complementary information Review procedure
Precise information on deadline(s) for review procedures:
โThe contracting authority did not conclude this contract to which a standstill period applied in accordance with Council Directive 2014/25/EU, until after...โ
Precise information on deadline(s) for review procedures
The contracting authority did not conclude this contract to which a standstill period applied in accordance with Council Directive 2014/25/EU, until after the expiry of the standstill period which commenced on the day following the date of notification on concerned candidates and tenderers. The duration of the standstill period was 14 calendar days where notifications were sent electronically. 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 2021/S 010-020723 (2021-01-12)