By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

11kV Network Performance Improvement RFI.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Scottish and Southern Power Distribution Ltd
1st Floor, Vastern Road
Contact point(s): Procurement - FN
For the attention of: Ian Wood
RG1 8BU Reading
UNITED KINGDOM
Telephone: +44 1189534718
E-mail:

Internet address(es):

General address of the contracting entity: www.sse.com

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Main activity
Electricity
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
11kV Network Performance Improvement RFI.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 8: Research and development services
Main site or location of works, place of delivery or of performance: UK.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
11kV network performance improvement through a holistic approach to fault management, mitigation prediction and clearing.
II.1.6)Common procurement vocabulary (CPV)

65320000, 65310000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
1. Summary:
This RFI seeks to identify innovative solutions for a holistic approach to 11kV network fault management with the intention of improving network performance and therefore significantly reducing Customer Interruptions (CI) and Customer Minutes Lost (CML).
Background:
Recent analysis of faults in the distribution system detail the 11kV level in both SSEPD and SHEPD areas as having a significant no of CI/CML totals, therefore greatest potential for cost reduction and network performance improvement.
It is proposed, through this RFI to survey the wider vendor community as well as vendors in SSEPD's existing supply chain, for the best available technologies which could address CI/CML at the 11kV voltage level through a holistic approach to fault management and improved network performance.
This RFI is intended to broaden SSEPD's awareness of the available technologies/ technological solutions in areas such as: fault prediction, prevention, monitoring, protection, automation, location and remediation on 11kV circuits; predominantly, but not only, those circuits which are largely comprised of overhead line.
It is anticipated through this RFI to identify methods of:
- Fault Mitigation: Mitigating the effects of faults so as to reduce the CI/CML impact of each fault.
- Fault Clearing: Rapid location and clearing of faults so as to minimize the time to restore.
- Fault Prediction: Taking action to prevent, faults, so as to reduce the incidence of interruptions.
This list is not intended to be exhaustive, it is anticipated that this RFI will identify commercially available (UK/EU standards - compliant) and economically attractive proposals, additionally it is intended to identify innovative commercial frameworks for investment and share of risk/ reward where deemed appropriate.
The purpose of this RFI is to identify fully comprehensive fault management solutions and not just standalone hardware; this RFI may therefore uncover the need for a consortium of vendors/ vendor partnerships to enable a fully comprehensive solution - indeed this is encouraged where appropriate.
It is anticipated that vendor proposals should be commercially available technologies which comply with the EU and UK regulatory requirements, and with the standards normally applied by SSEPD/SHEPD when procuring similar types of equipment, but they may be new to the UK. Proposals are required to be complete, including any communications subsystems and able to interface with the existing SCADA system.
SSEPD are interested to understand vendor capability with a view to engaging capable vendors in future procurement processes.
II.2.2)Information about options
Options: yes
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions:
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision:
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
16.0430
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents (except for a DPS)
Time limit for receipt of requests for documents or for accessing documents: 28.4.2016 - 00:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.4.2016 - 00:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
19.4.2016