Tender

24/042 Telecom Equipment Colocation Cabin Supply

  • Gas Networks Ireland

F07: Qualification system – utilities (call for competition)

Notice identifier: 2025/S 000-015370

Procurement identifier (OCID): ocds-h6vhtk-050389

Published 15 April 2025, 5:03pm



Section one: Contracting entity

one.1) Name and addresses

Gas Networks Ireland

Gasworks Road

Cork

Contact

Tender Admin

Email

tenders@gasnetworks.ie

Telephone

+353 0000000

Country

Ireland

Region code

IE - Ireland

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://gasnetworks.ie

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenders.gov.ie

Tenders or requests to participate must be submitted electronically via

https://etenders.gov.ie

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

https://etenders.gov.ie

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

Email

highcourtcentraloffice@courts.ie

Telephone

+353 18886000

Country

Ireland

Internet address

http://www.courts.ie

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)).