Contract notice - utilities

Information

Published

Date of dispatch of this notice: 01/03/2022

Expire date: 04/04/2022

External Reference: 2022-224584

TED Reference: 2022/S 045-117632

Contract notice - utilities

Contract notice – utilities

Works

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: Conor Molloy
Telephone: +353 17026543
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=208315&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

ESB Telecoms Tower Build & Maintenance Framework Agreement
Reference number:  SS/CON/6056
II.1.2)

Main CPV code

45231600  -  Construction work for communication lines
II.1.3)

Type of contract

Works
II.1.4)

Short description

ESB Telecoms Ltd (ESBT), a wholly owned subsidiary of Electricity Supply Board (ESB) intends to establish a multi-provider framework agreement for the ESB Telecoms Tower Build and Maintenance services. The scope of the ESBT Tower Build and Maintenance Contract shall be divided into 2 Lots. Lot 1: will deal with new tower installation and existing tower replacements specified by ESBT as the construction of a new tower site or the replacement of an existing tower site on ESB or a 3rd party premises. The requirements for Tower Build will be divided into Design and Build categories. Lot 2: will deal with existing ESBT Tower site maintenance specified by ESBT as the ongoing upkeep and repair of ESBT infrastructure and assets. Requirements for Tower site maintenance will be divided into two categories Tower upgrades/Strengthening programme and Reactive site maintenance.
Successful Applicants will be appointed to the framework to various scopes of work within the Lots
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1: ESB Telecoms Tower Build
Lot No:  1
II.2.2)

Additional CPV code(s)

44212200  -  Towers, lattice masts, derricks and pylons
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Tower Build shall be specified by ESBT as the construction of a new tower site or the replacement of an existing tower site on ESB or a 3rd party premises. The tower portfolio comprises of 420 towers located nationwide. Each individual project will generally include the below list of requirements. The supplier will need to demonstrate, through previous experience, how they have performed each of the tasks below. The requirements for Tower Build will be divided into Design and Build categories.
1. Design Requirements
NB. The design requirements are listed below and are provided for indicative purposes only.
• Fulfil the role of PSDP and PSCS.
• Attend site surveys and site meetings
• Site planning – provide full planning drawings
• Carry out site investigations where required e.g. ground/soil investigations, LOS surveys, underground cable scanning etc
• Site design services – provide full set of engineering design drawings for new builds and tower replacement
• Structural analysis services – provide full structural analysis services where requested on ESBT sites.
• Prepare Site as built drawings and safety files for each project
• Prepare all design risk assessments for each project
• Prepare preliminary health and safety plans for each project
2. Build Requirements
NB. The build requirements are listed below and are provided for indicative purposes
• Fulfil the role of PSCS
• Conduct preplanning and preconstruction phases of development
• Prepare construction stage health and safety plans
• Execution of civil works to include but not limited to groundwork, foundations, underground cable scanning and ducting for supply, fencing, access tracks etc.
• Erection of ESBT infrastructure (lattice towers, monopoles, wooden poles, roof top installations etc.)
• Decommissioning old structures where required
• Provide completion documents for the handover pack/safety files e.g. photographs, earth certs, fall arrest certs, etc.
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: 5
Objective criteria for choosing the limited number of candidates:
All information pertaining to this procurement is available in the PQQ document on www.etenders.gov RFT ID 208667
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

All information pertaining to this procurement is available in the PQQ document on www.etenders.gov RFT ID 208667
II.2)

Description

II.2.1)

Title

Lot 2: ESB Telecoms Tower Maintenance
Lot No:  2
II.2.2)

Additional CPV code(s)

50332000  -  Telecommunications-infrastructure maintenance services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Tower site maintenance shall be specified by ESBT as the ongoing upkeep and repair of ESBT infrastructure and assets. The tower portfolio comprises of 420 towers located nationwide. This work involves various forms of expertise and can vary from fence repairs, access track repair to full tower structural strengthening or foundation upgrades/enhancements. The requirements for Tower site maintenance will be divided into two categories Tower upgrades/Strengthening programme and Reactive site maintenance
1. Tower Upgrades/Strengthening programme
NB. The Tower Upgrade/Strengthening programme requirements are listed below and are provided for indicative purposes
• Fulfil the role of PSDP and PSCS.
• Attend site surveys and site meetings
• Carry out site investigations where required e.g. ground/soil investigations, LOS surveys, underground cable scanning etc
• Site design services – provide full set of engineering design drawings for tower upgrade or tower strengthening solutions
• Structural analysis services – provide full structural analysis services where requested on ESBT sites.
• Prepare Site as built drawings and safety files for each project
• Prepare all design risk assessments for each project
• Prepare preliminary health and safety plans for each project
• Prepare construction stage health and safety plans
• Execution of civil works to include but not limited to groundwork, foundations, underground cable scanning and ducting for supply, fencing, access tracks
• Erection of ESBT infrastructure (lattice towers, monopoles, wooden poles, roof top installations etc.)
• Provide completion documents for the handover pack/safety files e.g. photographs, earth certs, fall arrest certs, etc
2. Reactive Site Maintenance
NB. The Reactive Site maintenance requirements are listed below and are provided for indicative purposes
• Fulfil the role of PSDP and PSCS.
• Attend site surveys and site meetings
• Carry out site investigations or surveys where required to generate a quotation for the works to ESBT
• The civil works under reactive maintenance can include various activities such as the following e.g. Fence repairs, compound stone repairs, weed and vegetation removal, ducting, drainage installation, earthing installation/replacement, tree pruning/removal, access track repairs, building repairs, stay wire replacement.
• Building repairs to comms buildings, pop cabins, outdoor units under reactive maintenance can include various activities such as the following e.g. weatherproofing, door/window replacements, lighting replacements, electrical repairs, ladder repairs, fire extinguisher management programme, asbestos removal etc
• Tower and rigging reactive maintenance can include various activities such as the following e.g.
Fall arrest replacement, ladder replacement, anticlimb repairs, tower painting, air craft warning lighting replacement etc
• Project management and health and safety
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: 5
Objective criteria for choosing the limited number of candidates:
All information pertaining to this procurement is available in the PQQ document on www.etenders.gov RFT ID 208667
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

All information pertaining to this procurement is available in the PQQ document on www.etenders.gov RFT ID 208667

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 208667
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
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 208667
III.1.6)

Deposits and guarantees required

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 208667
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 208667
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 208667
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 208667
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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 several operators
Envisaged maximum number of participants to the framework agreement:  5
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:  04/04/2022
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

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 208667
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