Section one: Contracting entity
one.1) Name and addresses
Gas Networks Ireland
Gasworks Road
Cork
Contact
Tender Admin
Telephone
+353 0000000
Country
Ireland
Region code
IE - Ireland
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.6) Main activity
Production, transport and distribution of gas and heat
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
24/042 Telecom Equipment Colocation Cabin Supply
Reference number
24/042
two.1.2) Main CPV code
- 44211110 - Cabins
two.1.3) Type of contract
Supplies
two.2) Description
two.2.2) Additional CPV code(s)
- 32412100 - Telecommunications network
- 32500000 - Telecommunications equipment and supplies
- 44211000 - Prefabricated buildings
- 45314000 - Installation of telecommunications equipment
two.2.3) Place of performance
NUTS codes
- IE - Ireland
two.2.4) Description of the procurement
The objective of this QSQ is to qualify Applicants
onto the Qualifications Systems for the design,
manufacture, supply and installation of multiple
telecoms equipment colocation cabins. These
colocation modules may consist of a temperaturecontrolled 9m × 3m × 3m container and house a
range of telecommunications equipment (that are
owned and operated by others) with accompanying
electrical supplies, fibre optic distribution system
and supporting installations. The scope includes but
will not be limited to; · Cabin and systems design ·
Cabin structure · Cabin internals · HVAC (Heating,
ventilation, and air conditioning) · AC Power · DC
Power system · Earthing system · Lightening
protection system · UPS (Uninterrupted Power
Supply)
· Fibre management systems · Cable management
systems · Equipment cabinets · Building
management system · Control Panel · Intruder
alarm system · Fire alarm system · Fire
suppressant system · Emergency and escape
lighting · Cabin access and controls system · Water
leak detection systems · CCTV systems · Duties
associated with the role of PSDP (Project
Supervisor for the Design Process) and PSCS
(Project Supervisor for the Construction Stage) ·
Any other ancillary works associated with any of the
above · The scope may also include upgrades,
modifications, extensions and maintenance to new
and/or existing telecoms equipment colocation
cabins. Please find further information and details
of the colocation modules that will be required
under the contract in Appendix 5 Co-Location
Facility Data Sheet. The Contracting Entity reserves
the right to call off from the Qualification System in
respect of ancillary services that may be required to
be performed in Northern Ireland. Admission to the
Qualification System is subject to Applicants
meeting the minimum requirements and minimum
scores set out in this QSQ. The details of how the
Qualification System will operate are set out in
Appendix 2 (Operation of the Qualification System).
Applicants should note that from time to time over
the term of the Qualification System, the
Contracting Entity, at its sole discretion but without
altering the overall nature of the Qualification
System, may modify the Qualification System to
reflect changes in its requirements. The conditions
under which such an option may be exercised by
the Contracting Entity will be outlined in the relevant
call off competition document.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.8) Duration of the qualification system
Start date
16 April 2025
End date
7 March 2035
Section three. Legal, economic, financial and technical information
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract performance conditions will be set out at
CFC stage
Section four. Procedure
four.2) Administrative information
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The High Court
High Court Central Office, Four Courts, Inns Quay,
Dublin
highcourtcentraloffice@courts.ie
Telephone
+353 18886000
Country
Ireland
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Please refer to Statutory Instrument 131 of 2010,
European Communities (Award of Contracts by
Utility Undertaking) (Review Procedures)
Regulations 2010 (and in particular Regulation 7
and 10(2)).