Tender

23/048 - TELECOM EQUIPMENT COLOCATION CABIN SUPPLY

  • Gas Networks Ireland

F05: Contract notice – utilities

Notice identifier: 2024/S 000-022526

Procurement identifier (OCID): ocds-h6vhtk-042e2e

Published 19 July 2024, 2:57pm



Section one: Contracting entity

one.1) Name and addresses

Gas Networks Ireland

Gasworks Road

Cork

T12RX96

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://www.gasnetworks.ie

Buyer's address

https://www.gasnetworks.ie

one.3) Communication

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

https://etenders.gov.ie

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

23/048 - TELECOM EQUIPMENT COLOCATION CABIN SUPPLY

Reference number

23/048

two.1.2) Main CPV code

  • 44211110 - Cabins

two.1.3) Type of contract

Supplies

two.1.4) Short description

The requirement is for the design, manufacture, supply and installation of multiple telecoms equipment,

colocation cabins of approximate size 9m x 3m x 3m. The scope includes but not limited to; The contract is required

for Aurora Telecom to procure telecommunication equipment buildings (co-location facilities) and ancillary equipment

for its national co-location facilities and the expansion of the Aurora network. These facilities allow amplification and

retransmission of signals, similar to an above-ground installation (AGI) for gas transmission. The FWA will ensure

that the purchasing of the buildings and ancillary equipment is compliant with public procurement law and suppliers'

equipment is fully approved to Aurora's specification and requirements. Each co-location Site requires a building into

which Aurora and our customers install telecommunication equipment. These buildings are approximately 9m by 3m

and require ancillary equipment to function (e.g., air conditioning units).

two.1.6) Information about lots

This contract is divided into lots: No

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

- Telecom Equipment Colocation Cabin Supply

Description: The requirement is for the design, manufacture, supply and installation of multiple telecoms equipment,

colocation cabins of approximate size 9m x 3m x 3m. The scope includes but not limited to; The contract is required

for Aurora Telecom to procure telecommunication equipment buildings (co-location facilities) and ancillary equipment

for its national co-location facilities and the expansion of the Aurora network. These facilities allow amplification and

retransmission of signals, similar to an above-ground installation (AGI) for gas transmission. The FWA will ensure

that the purchasing of the buildings and ancillary equipment is compliant with public procurement law and suppliers'

equipment is fully approved to Aurora's specification and requirements. Each co-location Site requires a building into

which Aurora and our customers install telecommunication equipment. These buildings are approximately 9m by 3m

and require ancillary equipment to function (e.g., air conditioning units)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

option to extend the term of the contract for a period of up to two (2) years beyond the initial term (by means of one or more extensions cumulatively up to a maximum of two (2) years).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Requests to participate may be submitted by single entities or by groups of service providers. A group will not be required to convert into a specific legal form in order to submit a request to participate, but may if the Contracting Entity considers it necessary to ensure that the contract is carried out to its satisfaction, be required to do so prior to award of the contract. The Contracting Entity also reserves the right to contract with each member of the group on the basis of joint and several liability, or with one member of the group as a main contractor with a number of sub-contractors or on any other basis as the Contracting Entity considers appropriate.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contract performance conditions will be set out at ITN stage


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-001732

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 August 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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 of Ireland

Four Courts, Inns Quay, Dublin 7

Dublin

D07 WDX8

Email

HighCourtCentralOffice@courts.ie

Telephone

+353 18886000

Country

Ireland

Internet address

https://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)).