The contracting entity intends to procure power systems studies services to appoint a single supplier framework member for each of the three lots below:
• Lot 1 Power system studies;
• Lot 2 Substation earth grid design and testing services;
• Lot 3 Protection studies.
More details are provided in the PQQ document.
Deadline
The time limit for receipt of tenders was 2021-05-12.
The procurement was published on 2021-04-08.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Power Systems Studies Professional Services
SS CON 5569
Products/services: Engineering studies📦
Short description:
“The contracting entity intends to procure power systems studies services to appoint a single supplier framework member for each of the three lots below:
•...”
Short description
The contracting entity intends to procure power systems studies services to appoint a single supplier framework member for each of the three lots below:
• Lot 1 Power system studies;
• Lot 2 Substation earth grid design and testing services;
• Lot 3 Protection studies.
More details are provided in the PQQ document.
Show more Information about lots
Tenders may be submitted for all lots
Lot 1 Power system studies
Development of practical solutions for clients based on power system analysis.
• transmission system planning studies: load-flow and short-circuit analysis, contingency analysis, dynamic stability analysis, insulation-coordination and power quality studies;
• distribution system planning studies, electricity demand forecast, master-planning and spatial load forecasting, distribution loss adjustment factor calculations;
• grid connection studies: fault ride-through studies, reactive power capability studies, power quality studies and rate of change of frequency studies;
• active distribution system management studies: network analysis and the effect of active network solutions on the capacity of the distribution system, to include the congestion analysis and a cost-benefit analysis of different active solutions to support 2030 targets of renewable generation and low carbon technologies.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
“Provided that a sufficient number of applicants are qualified to be considered for shortlisting, following application of the procedures set out in section...”
Objective criteria for choosing the limited number of candidates
Provided that a sufficient number of applicants are qualified to be considered for shortlisting, following application of the procedures set out in section A.9(Evaluation of PQQ responses), it is anticipated that at least the 5 highest-scored applicants for each lot will be shortlisted and invited to proceed to the next stage of the procurement process.
Show more Information about options
Options ✅
Description of options:
“The duration of the framework agreements will be for three(3) years duration with an option, at the discretion of ESB, to extend up to a further 48 months...”
Description of options
The duration of the framework agreements will be for three(3) years duration with an option, at the discretion of ESB, to extend up to a further 48 months in one or more increments.
2️⃣ Scope of the procurement
Title: Lot 2 Substation Earth Grid Design and Testing Services
Title
Lot Identification Number: 2
Description
Description of the procurement:
“Lot 2 Substation Earth grid design and testing services
• consultancy support service: investigating earthing related incidents, either on site or from...”
Description of the procurement
Lot 2 Substation Earth grid design and testing services
• consultancy support service: investigating earthing related incidents, either on site or from information provided; written professional comment on documents, reports or proposals supplied to ESB by a third party;
• earthing design: earthing system re-design from findings of substation assessment or as part of substation upgrade; design earthing for new substations based on ESB earthing policies and applicable standards; all computer modelling should be undertaken using SES Tech CDEGS software;
• substation assessment — earthing survey: carry out visual inspection of the above ground earth conductors, measure the resistance of a sample of joints, check the integrity of the bonding of the main plant items to the substation earth grid, establish the location and the installed depth of the significant parts of the electrode system installed, provide digital copy of the drawing on the completion of the survey.
Show more Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
“Provided that a sufficient number of applicants are qualified to be considered for shortlisting, following application of the procedures set out in section...”
Objective criteria for choosing the limited number of candidates
Provided that a sufficient number of applicants are qualified to be considered for shortlisting, following application of the procedures set out in section A.9 (Evaluation of PQQ responses), it is anticipated that at least the 5 highest-scored applicants for each lot will be shortlisted and invited to proceed to the next stage of the procurement process.
3️⃣ Scope of the procurement
Title: Lot 3 Protection Studies
Title
Lot Identification Number: 3
Description
Description of the procurement:
“Lot 3 Protection studies
• consultancy support service: investigating protection related incidents, either on site or from information provided; written...”
Description of the procurement
Lot 3 Protection studies
• consultancy support service: investigating protection related incidents, either on site or from information provided; written professional comment on documents, reports or proposals supplied to ESB by a third party; assistance in designing specific or generic protection systems for high voltage and medium voltage plant, assistance in providing professional comment on parts of protection policies;
• protection setting calculations for transmission and distribution system, for utility and industrial clients;
• provide protection settings calculation in accordance with client policy. Protection coordination studies to be carried out using PSS CAPE or PowerFactory software.
Show more Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
“Provided that a sufficient number of applicants are qualified to be considered for shortlisting, following application of the procedures set out in section...”
Objective criteria for choosing the limited number of candidates
Provided that a sufficient number of applicants are qualified to be considered for shortlisting, following application of the procedures set out in section A.9(Evaluation of PQQ responses), it is anticipated that at least the 5 highest-scored Applicants for each lot will be shortlisted and invited to proceed to the next stage of the procurement process.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
“As stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 187918.” Economic and financial standing
List and brief description of selection criteria:
“As stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 187918.” Technical and professional ability
List and brief description of selection criteria:
“As stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 187918.” Conditions 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 187918.”
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: As per the tender documents.
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
“Where a grouping of service providers express interest in this process, it is a requirement of ESB that one member of the group accepts full contractual...”
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Where a grouping of service providers express interest in this process, it is a requirement of ESB that one member of the group accepts full contractual responsibility for the delivery of services. Where appropriated the intended contractually responsible member of any grouping or consortium must be identified in responding to this notice.
Show more Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-05-12
12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
Complementary information Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
“Interested parties must register their interest on the e-Tenders web site (www.etenders.gov.ie) in order to be included on the mailing list for...”
Interested parties must register their interest on the e-Tenders 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 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 applicants will be invited to tender, please note that the contracting entity reserves the right to invite at least 5 applicants subject to that number qualifying.
Show more Review body
Name: Chief Registrar
Postal address: Four Courts, Inns Quay
Postal town: Dublin 7
Country: Ireland 🇮🇪
Phone: +353 18886000📞
URL: http://www.courts.ie🌏
Source: OJS 2021/S 071-182176 (2021-04-08)
Contract award notice (2023-09-11) Contracting authority Name and addresses
Name: Electricity Supply Board ( ESB )
Postal address: 27 Lower Fitzwilliam street
Postal town: Dublin 1
Contact person: Ola Omotosho
E-mail: olawale.omotosho@esb.ie📧
Object Scope of the procurement
Short description:
“The Contracting Entity has procured Power Systems Studies Services on a single supplier framework member basis for each of the three lots below;
• Lot1...”
Short description
The Contracting Entity has procured Power Systems Studies Services on a single supplier framework member basis for each of the three lots below;
• Lot1 Power System Studies
• Lot2 Substation Earth Grid Design and Testing Services
• Lot3 Protection Studies
Show more
Total value of the procurement (excluding VAT): EUR 4 200 000 💰
Information about lots
This contract is divided into lots ✅ Description
Description of the procurement:
“Lot1 Power System Studies
Development of practical solutions for clients based on power system analysis.
• Transmission system planning studies: load-flow...”
Description of the procurement
Lot1 Power System Studies
Development of practical solutions for clients based on power system analysis.
• Transmission system planning studies: load-flow and short-circuit analysis, contingency analysis, dynamic stability analysis, insulation-coordination and power quality studies
• Distribution system planning studies, electricity demand forecast, master-planning and spatial load forecasting, distribution loss adjustment factor calculations.
• Grid connection studies: fault ride-through studies, reactive power capability studies, power quality studies and Rate of Change of Frequency studies.
• Active distribution system management studies: network analysis and the effect of active network solutions on the capacity of the distribution system, to include the congestion analysis and a cost-benefit analysis of different active solutions to support 2030 targets of renewable generation and low carbon technologies.
Show more
Description of the procurement:
“Lot2 Substation Earth Grid Design and Testing Services
• Consultancy support service: investigating earthing related incidents, either on site or from...”
Description of the procurement
Lot2 Substation Earth Grid Design and Testing Services
• Consultancy support service: investigating earthing related incidents, either on site or from information provided; written professional comment on documents, reports or proposals supplied to ESB by a third party.
• Earthing design: earthing system re-design from findings of substation assessment or as part of substation upgrade; design earthing for new substations based on ESB earthing policies and applicable standards; all computer modelling should be undertaken using SES Tech CDEGS software.
• Substation assessment - earthing survey: carry out visual inspection of the above ground earth conductors, measure the resistance of a sample of joints, check the integrity of the bonding of the main plant items to the substation earth grid, establish the location and the installed depth of the significant parts of the electrode system installed, provide digital copy of the drawing on the completion of the survey.
Show more
Description of the procurement:
“Lot3 Protection Studies
• Consultancy support service: investigating protection related incidents, either on site or from information provided; written...”
Description of the procurement
Lot3 Protection Studies
• Consultancy support service: investigating protection related incidents, either on site or from information provided; written professional comment on documents, reports or proposals supplied to ESB by a third party; assistance in designing specific or generic protection systems for high voltage and medium voltage plant, assistance in providing professional comment on parts of protection policies.
• Protection setting calculations for transmission and distribution system, for utility and industrial clients.
• Provide protection settings calculation in accordance with client policy. Protection coordination studies to be carried out using PSS CAPE or PowerFactory software.
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2021/S 071-182176
Award of contract
1️⃣
Contract Number: 1
Title: Lot1 Power System Studies
Date of conclusion of the contract: 2023-08-28 📅
Name and address of the contractor
Name: Mott MacDonald Ireland
National registration number: Reg No: 53280
Postal address: South Block, Rockfield,
Postal town: Dublin 16.
Postal code: Dundrum,
Country: Ireland 🇮🇪
Region: Éire/Ireland🏙️
URL: http://www.mottmac.com🌏
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 4 200 000 💰
Total value of the contract/lot: EUR 4 200 000 💰
2️⃣
Contract Number: 2
Title: Lot2 Substation Earth Grid Design and Testing Services
Name and address of the contractor
Name: Earthing Risk Management Ltd
National registration number: GB 800 83 4752
Postal address: Britannia House, Caerphilly Business Park
Postal town: Caerphilly
Postal code: CF83 3GG
Country: United Kingdom 🇬🇧
Region: United Kingdom 🏙️
URL: http://www.erm.ltd🌏
The contractor is an SME ✅ Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 4 200 000 💰
Total value of the contract/lot: EUR 4 200 000 💰
3️⃣
Contract Number: 3
Title: Lot3 Protection Studies
Name and address of the contractor
Name: Hitachi Energy Ireland
National registration number: IE 3624011NH
Postal address: Block B, Liffey Valley Office Campus, D22X0Y3, Ireland
Postal town: Dublin
Postal code: D24KD78
URL: http://www.hitachienergy.com🌏 Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 4 200 000 💰
Total value of the contract/lot: EUR 4 200 000 💰
Source: OJS 2023/S 178-555171 (2023-09-11)