ESB Telecoms Tower Build & Maintenance Framework Agreement

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 …

CPV: 45231600 Travaux de construction de lignes de communications, 44212200 Tours, mâts en treillis, derricks et pylônes, 50332000 Services d'entretien d'infrastructures de télécommunications
Lieu d'exécution:
ESB Telecoms Tower Build & Maintenance Framework Agreement
Service d'adjudication:
Electricity Supply Board ( ESB )
Numéro d'adjudication:
SS/CON/6056

1. Buyer

1.1 Buyer

Official name : Electricity Supply Board ( ESB )
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : ESB Telecoms Tower Build & Maintenance Framework Agreement
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
Procedure identifier : 37a086db-b2c3-48dd-8b08-06ea2f872a38
Internal identifier : SS/CON/6056
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45231600 Construction work for communication lines

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : As per documents issued with the tender invitation and signed legal agreement

2.1.3 Value

Maximum value of the framework agreement : 14 000 000 Euro

2.1.4 General information

Additional information : As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 208667
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1: ESB Telecoms Tower Build
Description : 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.
Internal identifier : SS/CON/6056 - Lot 1

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45231600 Construction work for communication lines
Additional classification ( cpv ): 44212200 Towers, lattice masts, derricks and pylons
Options :
Description of the options : As per documents issued with the tender invitation and signed legal agreement

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration end date : 30/09/2027
Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : All information pertaining to this procurement is available in the PQQ document on www.etenders.gov RFT ID 208667

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Chief Registrar -
Information about review deadlines : As per documents issued with the tender invitation and signed legal agreement
Organisation providing additional information about the procurement procedure : Electricity Supply Board ( ESB ) -

5.1 Lot technical ID : LOT-0002

Title : Lot 2: ESB Telecoms Tower Maintenance
Description : 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
Internal identifier : SS/CON/6056 - Lot 2

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45231600 Construction work for communication lines
Additional classification ( cpv ): 50332000 Telecommunications-infrastructure maintenance services
Options :
Description of the options : As per documents issued with the tender invitation and signed legal agreement

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration end date : 30/09/2027
Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : All information pertaining to this procurement is available in the PQQ document on www.etenders.gov RFT ID 208667

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Chief Registrar -
Information about review deadlines : As per documents issued with the tender invitation and signed legal agreement
Organisation providing additional information about the procurement procedure : Electricity Supply Board ( ESB ) -

6. Results

Value of all contracts awarded in this notice : 14 000 000 Euro
Maximum value of the framework agreements in this notice : 0 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 0 Euro

6.1.2 Information about winners

Winner :
Official name : KTL (Killarney Telecommunications Ltd)
Tender :
Tender identifier : SS/CON/6056 - Lot 1
Identifier of lot or group of lots : LOT-0001
Value of the tender : 0 Euro
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : SS/CON/6056- Lot 1 SS/CON/6056 - Lot 2
Date on which the winner was chosen : 30/08/2024 30/08/2024
Date of the conclusion of the contract : 30/09/2024 30/09/2024
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 117632-2022 117632-2022
Winner :
Official name : Global Rail Services Ltd T/A GRA Networks
Tender :
Tender identifier : SS/CON/6056 - Lot 1
Identifier of lot or group of lots : LOT-0001
Value of the tender : 0 Euro
The tender was ranked : no
The tender is a variant : no
Subcontracting : Not yet known
Contract information :
Identifier of the contract : SS/CON/6056- Lot 1 SS/CON/6056 - Lot 2
Date on which the winner was chosen : 30/08/2024 30/08/2024
Date of the conclusion of the contract : 30/09/2024 30/09/2024
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 117632-2022 117632-2022
Winner :
Official name : Glenline Construction Ltd T/A GlenlineTelecoms
Tender :
Tender identifier : SS/CON/6056 - Lot 1
Identifier of lot or group of lots : LOT-0001
Value of the tender : 0 Euro
The tender was ranked : no
The tender is a variant : no
Subcontracting : Not yet known
Contract information :
Identifier of the contract : SS/CON/6056- Lot 1 SS/CON/6056 - Lot 2
Date on which the winner was chosen : 30/08/2024 30/08/2024
Date of the conclusion of the contract : 30/09/2024 30/09/2024
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 117632-2022 117632-2022

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 6

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 0 Euro

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 6

8. Organisations

8.1 ORG-0001

Official name : Electricity Supply Board ( ESB )
Registration number : ESB123
Postal address : 27 Lower Fitzwilliam Street
Town : Dublin 2
Postcode : Dublin
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Contact point : Maja Pomohaczi
Telephone : +353 17027005
Internet address : http://www.esb.ie
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Chief Registrar
Registration number : CHR123
Postal address : Four Courts, Inns Quay
Town : Dublin 7
Postcode : Dublin
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 18886000
Internet address : http://www.courts.ie
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Glenline Construction Ltd T/A GlenlineTelecoms
Size of the economic operator : Small
Registration number : TPA-0001
Postal address : Unit 2B, Clane Business Park, Clane
Town : Kildare
Postcode : Kildare
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Contact point : Tom Staunton
Telephone : +353 45 409023
Internet address : www.glenline.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0004

Official name : Global Rail Services Ltd T/A GRA Networks
Size of the economic operator : Medium
Registration number : TPA-0002
Postal address : Ellenborough House, Dublin Road, Naas,
Town : Kildare
Postcode : Kildare
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Contact point : Stephen O’Brien
Telephone : +353 4588540
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0005

Official name : KTL (Killarney Telecommunications Ltd)
Size of the economic operator : Medium
Registration number : TPA-0003
Postal address : Unit P, M7 Business Park, Newhall, Naas
Town : Kildare
Postcode : Kildare
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Contact point : Paddy Brogan
Telephone : +353 86 8161465
Internet address : www.ktl.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 6fa32c27-799e-4b16-8804-81297b52ddcb - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 15/04/2025 16:11 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00253833-2025
OJ S issue number : 76/2025
Publication date : 17/04/2025