Contract notice - utilities

Information

Published

Date of dispatch of this notice: 29/08/2018

Expire date: 03/10/2018

External Reference: 2018-948273

TED Reference: 2018/S 168-383449

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board ( ESB )
N/A
2 Gateway
Dublin 3
East Wall Road
IE
Contact person: Audrey O'Keeffe
Telephone: +353 18639330
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.esb.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=134274&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Non Geographical Telephony (NGN) Services
Reference number:  SSCON3765
II.1.2)

Main CPV code

64000000  -  Postal and telecommunications services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Entity intends to procure a single framework agreement for the provision of Non Geographic Telephony Services.
It is proposed that the Contract will include (non-exhaustive list – high level scope):
Routing of Non Geographic Numbers (NGN numbers) to ESB designated termination numbers (NGN numbers: 1800, 1850, 1890, 0818 and any other or future NGN number types available).
• Ability to route equivalent Geographic numbers in the same routing manner as the parent NGN numbers.
• The ability to route to different terminating numbers using the following call distribution methods:
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

64200000  -  Telecommunications services
64210000  -  Telephone and data transmission services
64214000  -  Dedicated-business telephone network services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Republic of Ireland
II.2.4)

Description of the procurement

The Contracting Entity intends to procure a single framework agreement for the provision of Non Geographic Telephony Services.
It is proposed that the Contract will include (non-exhaustive list – high level scope):
Routing of Non Geographic Numbers (NGN numbers) to ESB designated termination numbers (NGN numbers: 1800, 1850, 1890, 0818 and any other or future NGN number types available).
• Ability to route equivalent Geographic numbers in the same routing manner as the parent NGN numbers.
• The ability to route to different terminating numbers using the following call distribution methods:
o Percentage routing
o Random distribution
o Sequential number lists.
• Access to a secure on-line portal providing the ability to modify the service such as:
o Change traffic routing dynamically on an ad hoc basis
o Set up time and date schedules for traffic routing, change destinations for maintenance and fault and exception handling.
• CLI (calling line identification) information must be provided on all calls to the termination destinations, unless this information is blocked by the caller.
• Detailed call reporting, real time and historical for each NGN number. Call reports should be available in .xlsx, .csv and PDF formats.
• Comprehensive billing information to enable ESB manage costs.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
It is envisaged the term of the contract commences on the date when services commence and shall be for a period of up to 36 months with an option to extend after the initial period exercisable on 2 occasions for further periods of up to 24 months from the expiry of the initial period, for a total contract period of 84 months.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 138847.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 138847.
III.1.2)

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 138847.
III.1.3)

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 138847.
III.1.4)

Objective rules and criteria 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 138847.
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 138847.
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 138847.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 138847.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  28/09/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (http://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 (http://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 said framework.
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process 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 11.2.9 while we have indicated that at least 4 companies will be invited to tender, please note that the contracting entity reserves the right to invite at least 4, subject to that number qualifying.
VI.4)

Procedures for review

VI.4.1)

Review body

Chief Registrar
Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

N/A
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Suppliers own legal advisor
Dublin
IE