Contract notice - utilities

Information

Published

Date of dispatch of this notice: 30/08/2018

Expire date: 04/10/2018

External Reference: 2018-044815

TED Reference: 2018/S 168-383445

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: Brid Ryan
Telephone: +353 017027960
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.esb.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=134084&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

Installation, Commissioning and Associated Testing Services for in-building Structured Cabling, Copper and Fibre Optic Cables
Reference number:  SSCON3961
II.1.2)

Main CPV code

32000000  -  Radio, television, communication, telecommunication and related equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

Telecom Services, ESB Networks, intends to establish framework agreements for the provision of in-building structured cabling, copper and fibre optic cable installation, commissioning and support services for Telecom Services, ESB Networks.
For the purposes of this PQQ, it is intended to divide the list of required services into the following three lots:
LOT 1: Structured Cable Services
LOT 2: Fibre Optic Cable Services
LOT 3: Copper Cable Services
The extent of the work shall comprise of labour and materials required to maintain working installations, together with such tests, adjustments and commissioning as may be required in order to provide effective working cable installations and services to the satisfaction of ESB. The successful tenderer(s) will be responsible for the purchase, transport, storage and safety of all equipment relevant to the cable installations.
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  3
II.2)

Description

II.2.1)

Title

Structured Cable Services
Lot No:  1
II.2.2)

Additional CPV code(s)

32412000  -  Communications network
32520000  -  Telecommunications cable and equipment
32521000  -  Telecommunications cable
32560000  -  Fibre-optic materials
32561000  -  Fibre-optic connections
32562000  -  Optical-fibre cables
II.2.3)

Place of performance

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

Description of the procurement

ESB has a wide range of properties from power stations to administration offices located within Ireland and the UK. All of these properties have a degree of structured cabling networks that are utilised to provide voice and data services.
Lot 1 will include:
• New structured cabling networks
• Support and extension of existing structured cabling networks
• Provision of in-building backbone services to these structured cabling networks
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: 6
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the Pre Qualification Questionnaire and at least the top 6 applicants will be invited to tender, subject to that number qualifying
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 for a further period of up to 24 months from the expiry of the initial period, for a total contract period of 60 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 138665.
II.2)

Description

II.2.1)

Title

Fibre Optic Cable Services
Lot No:  2
II.2.2)

Additional CPV code(s)

32412000  -  Communications network
32520000  -  Telecommunications cable and equipment
32521000  -  Telecommunications cable
32560000  -  Fibre-optic materials
32561000  -  Fibre-optic connections
32562000  -  Optical-fibre cables
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Reoublic of Ireland & United Kingdom
II.2.4)

Description of the procurement

ESB currently utilises a range of fibre optic cabling across its network including:
• Optical Phase Conductor (OPPC)
• Optical Ground Wire (OPGW)
• Distributed Temperature Sensing (DTS)
• Standard multi core optical fibre cables
The successful tenderer shall undertake all necessary works to support existing installations and to provide new ones.
Lot 2 will include:
• Installation of new fibre optic cabling
• Installation of new in-building fibre optic cabling
• Support and extension of existing fibre optic cabling networks
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: 6
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the Pre Qualification Questionnaire and at least the top 6 applicants will be invited to tender, subject to that number qualifying
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 for a further period of up to 24 months from the expiry of the initial period, for a total contract period of 60 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 138665.
II.2)

Description

II.2.1)

Title

Copper Cable Services
Lot No:  3
II.2.2)

Additional CPV code(s)

32412000  -  Communications network
32520000  -  Telecommunications cable and equipment
32521000  -  Telecommunications cable
32560000  -  Fibre-optic materials
32561000  -  Fibre-optic connections
32562000  -  Optical-fibre cables
II.2.3)

Place of performance

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

Description of the procurement

ESB currently utilises a range of underground copper cabling across its network.
These cables are mainly located in urban areas.
The nominated contractor shall undertake all necessary works to support existing installations and to provide new ones.
Any required trunking and conduit installations shall be carried out by the successful tenderer(s).
Lot 3 will include:
• A full cable design and schedule shall be provided by the nominated contractor prior to installation.
• Samples of Cable to be used shall be provided by the nominated contractor and approved by the ESB representative prior to installation.
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: 6
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the Pre Qualification Questionnaire and at least the top 6 applicants will be invited to tender, subject to that number qualifying
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 for a further period of up to 24 months from the expiry of the initial period, for a total contract period of 60 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 138665.

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 138665
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 138665
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 138665
III.1.7)

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

Will be set out in the RFT
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 138665
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 138665

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:  2
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:  04/10/2018
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 6 companies will be invited to tender, please note that the contracting entity reserves the right to invite at least 6, 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

Not Applicable
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Suppliers own legal advisor
Dublin
IE