TR3701 - Service Provider(s) to provide Mobility Services, Bulk Text and Connected Devices pursuant to a framework agreement.

The Contracting Entity intends to procure a framework agreement(s) for the provision of end user devices and associated 2G,4G,5G mobility services required for the support of the day to day running of the business. The requirement also includes the provision of bulk text services for large-scale bulk SMS distribution. It …

CPV: 64210000 Servizi telefonici e di trasmissione dati, 72000000 Servizi informatici: consulenza, sviluppo di software, Internet e supporto, 72400000 Servizi di Internet, 72500000 Servizi informatici, 64000000 Servizi di poste e telecomunicazioni, 72300000 Servizi di elaborazione dati, 64200000 Servizi di telecomunicazione, 64211000 Servizi telefonici pubblici, 64211100 Servizi telefonici locali, 64211200 Servizi telefonici a lunga distanza, 64212100 Servizi del servizio di brevi messaggi di testo (SMS), 64212200 Servizi del servizio di messaggeria potenziata (EMS), 64212300 Servizi del servizio di messaggi multimedia (MMS), 64212400 Servizi di protocollo di applicazione senza fili (Wireless Application Protocol, WAP), 64212500 Servizi radio GPRS, 64212600 Servizi EDGE (Enhanced Data rates for GSM Evolution), 64212700 Servizi di sistema universale di telefonia mobile (UMTS), 32250000 Telefoni portatili, 32236000 Radiotelefoni, 32344270 Sistemi di controllo radiofonici e telefonici, 32552150 Telefoni per ipovedenti, 32552330 Apparecchi per la commutazione telefonica, 32552160 Telefoni per ipoudenti, 32552310 Centralini telefonici digitali, 32000000 Attrezzature per radiodiffusione, televisione, comunicazione, telecomunicazione e affini, 32551300 Cuffie telefoniche, 32551400 Rete telefonica, 32552140 Apparecchiature per telefoni pubblici a pagamento, 32552120 Telefoni di emergenza, 32550000 Apparecchiature telefoniche, 32551000 Cavi telefonici e attrezzature connesse, 32552110 Telefoni senza filo, 32551200 Centralini telefonici
Luogo di esecuzione:
TR3701 - Service Provider(s) to provide Mobility Services, Bulk Text and Connected Devices pursuant to a framework agreement.
Ente di assegnazione:
Electricity Supply Board ( ESB )
Numero di premio:
1

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : TR3701 - Service Provider(s) to provide Mobility Services, Bulk Text and Connected Devices pursuant to a framework agreement.
Description : The Contracting Entity intends to procure a framework agreement(s) for the provision of end user devices and associated 2G,4G,5G mobility services required for the support of the day to day running of the business. The requirement also includes the provision of bulk text services for large-scale bulk SMS distribution. It is proposed that the Framework Agreement will include: Lot 1 Mobile Telephone Service and Phones Lot 2 Mobile Broadband Service and Devices Lot 3 M2M - IOT Lot 4 Bulk text services: Lot 5 UK Mobile Telephone Service and Mobile Broadband
Procedure identifier : 32371a9a-5ced-4482-a722-da058a6961b1
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 64000000 Postal and telecommunications services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 64211000 Public-telephone services
Additional classification ( cpv ): 64211100 Local telephone services
Additional classification ( cpv ): 64211200 Long distance telephone services
Additional classification ( cpv ): 64212100 Short Message Service (SMS) services
Additional classification ( cpv ): 64212200 Enhanced Messaging Service (EMS) services
Additional classification ( cpv ): 64212300 Multimedia Message Service (MMS) services
Additional classification ( cpv ): 64212400 Wireless Application Protocol (WAP) services
Additional classification ( cpv ): 64212500 General Packet Radio Services (GPRS) services
Additional classification ( cpv ): 64212600 Enhanced Data for GSM Evolution (EDGE) services
Additional classification ( cpv ): 64212700 Universal Mobile Telephone System (UMTS) services
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32236000 Radio telephones
Additional classification ( cpv ): 32344270 Radio and telephone control system
Additional classification ( cpv ): 32552150 Telephones for visually-impaired
Additional classification ( cpv ): 32552330 Telephone switching apparatus
Additional classification ( cpv ): 32552160 Telephones for hearing-impaired
Additional classification ( cpv ): 32552310 Digital telephone exchanges
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32551300 Telephone headsets
Additional classification ( cpv ): 32551400 Telephone network
Additional classification ( cpv ): 32552140 Payphone equipment
Additional classification ( cpv ): 32552120 Emergency telephones
Additional classification ( cpv ): 32550000 Telephone equipment
Additional classification ( cpv ): 32551000 Telephone cables and associated equipment
Additional classification ( cpv ): 32552110 Cordless telephones
Additional classification ( cpv ): 32551200 Telephone exchanges

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Estimated value excluding VAT : 43 029 858 Euro
Maximum value of the framework agreement : 43 029 858 Euro

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 5
The tenderer must submit tenders for all lots

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 Mobile Telephone Service and Phones
Description : The Contracting Entity intends to procure a framework agreement(s) for the provision of end user devices and associated 2G,4G,5G mobility services required for the support of the day to day running of the business. The requirement also includes the provision of bulk text services for large-scale bulk SMS distribution. It is proposed that the Framework Agreement will include: Lot 1 Mobile Telephone Service and Phones Lot 2 Mobile Broadband Service and Devices Lot 3 M2M - IOT Lot 4 Bulk text services: Lot 5 UK Mobile Telephone Service and Mobile Broadband
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 64000000 Postal and telecommunications services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 64211000 Public-telephone services
Additional classification ( cpv ): 64211100 Local telephone services
Additional classification ( cpv ): 64211200 Long distance telephone services
Additional classification ( cpv ): 64212100 Short Message Service (SMS) services
Additional classification ( cpv ): 64212200 Enhanced Messaging Service (EMS) services
Additional classification ( cpv ): 64212300 Multimedia Message Service (MMS) services
Additional classification ( cpv ): 64212400 Wireless Application Protocol (WAP) services
Additional classification ( cpv ): 64212500 General Packet Radio Services (GPRS) services
Additional classification ( cpv ): 64212600 Enhanced Data for GSM Evolution (EDGE) services
Additional classification ( cpv ): 64212700 Universal Mobile Telephone System (UMTS) services
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32236000 Radio telephones
Additional classification ( cpv ): 32344270 Radio and telephone control system
Additional classification ( cpv ): 32552150 Telephones for visually-impaired
Additional classification ( cpv ): 32552330 Telephone switching apparatus
Additional classification ( cpv ): 32552160 Telephones for hearing-impaired
Additional classification ( cpv ): 32552310 Digital telephone exchanges
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32551300 Telephone headsets
Additional classification ( cpv ): 32551400 Telephone network
Additional classification ( cpv ): 32552140 Payphone equipment
Additional classification ( cpv ): 32552120 Emergency telephones
Additional classification ( cpv ): 32550000 Telephone equipment
Additional classification ( cpv ): 32551000 Telephone cables and associated equipment
Additional classification ( cpv ): 32552110 Cordless telephones
Additional classification ( cpv ): 32551200 Telephone exchanges

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 6

5.1.5 Value

Estimated value excluding VAT : 43 029 858 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 22/08/2025 00:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 12/09/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : As per PQQ Document
Financial arrangement : As per PQQ and Tender Documentation

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 : The High Court of Ireland
Organisation providing additional information about the procurement procedure : Electricity Supply Board ( ESB )
Organisation providing offline access to the procurement documents : Electricity Supply Board ( ESB )
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Electricity Supply Board ( ESB )
Organisation processing tenders : Electricity Supply Board ( ESB )

5.1 Lot technical ID : LOT-0002

Title : Lot 2 Mobile Broadband Service and Devices
Description : The Contracting Entity intends to procure a framework agreement(s) for the provision of end user devices and associated 2G,4G,5G mobility services required for the support of the day to day running of the business. The requirement also includes the provision of bulk text services for large-scale bulk SMS distribution. It is proposed that the Framework Agreement will include: Lot 1 Mobile Telephone Service and Phones Lot 2 Mobile Broadband Service and Devices Lot 3 M2M - IOT Lot 4 Bulk text services: Lot 5 UK Mobile Telephone Service and Mobile Broadband
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 64000000 Postal and telecommunications services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 64211000 Public-telephone services
Additional classification ( cpv ): 64211100 Local telephone services
Additional classification ( cpv ): 64211200 Long distance telephone services
Additional classification ( cpv ): 64212100 Short Message Service (SMS) services
Additional classification ( cpv ): 64212200 Enhanced Messaging Service (EMS) services
Additional classification ( cpv ): 64212300 Multimedia Message Service (MMS) services
Additional classification ( cpv ): 64212400 Wireless Application Protocol (WAP) services
Additional classification ( cpv ): 64212500 General Packet Radio Services (GPRS) services
Additional classification ( cpv ): 64212600 Enhanced Data for GSM Evolution (EDGE) services
Additional classification ( cpv ): 64212700 Universal Mobile Telephone System (UMTS) services
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32236000 Radio telephones
Additional classification ( cpv ): 32344270 Radio and telephone control system
Additional classification ( cpv ): 32552150 Telephones for visually-impaired
Additional classification ( cpv ): 32552330 Telephone switching apparatus
Additional classification ( cpv ): 32552160 Telephones for hearing-impaired
Additional classification ( cpv ): 32552310 Digital telephone exchanges
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32551300 Telephone headsets
Additional classification ( cpv ): 32551400 Telephone network
Additional classification ( cpv ): 32552140 Payphone equipment
Additional classification ( cpv ): 32552120 Emergency telephones
Additional classification ( cpv ): 32550000 Telephone equipment
Additional classification ( cpv ): 32551000 Telephone cables and associated equipment
Additional classification ( cpv ): 32552110 Cordless telephones
Additional classification ( cpv ): 32551200 Telephone exchanges

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : EU

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 6

5.1.5 Value

Estimated value excluding VAT : 43 029 858 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 22/08/2025 00:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 12/09/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : As per PQQ and Tender Documentation
Financial arrangement : As per PQQ documentation

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 : The High Court of Ireland
Organisation providing additional information about the procurement procedure : Electricity Supply Board ( ESB )
Organisation providing offline access to the procurement documents : Electricity Supply Board ( ESB )
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Electricity Supply Board ( ESB )
Organisation processing tenders : Electricity Supply Board ( ESB )

5.1 Lot technical ID : LOT-0003

Title : Lot 3 M2M - IOT
Description : The Contracting Entity intends to procure a framework agreement(s) for the provision of end user devices and associated 2G,4G,5G mobility services required for the support of the day to day running of the business. The requirement also includes the provision of bulk text services for large-scale bulk SMS distribution. It is proposed that the Framework Agreement will include: Lot 1 Mobile Telephone Service and Phones Lot 2 Mobile Broadband Service and Devices Lot 3 M2M - IOT Lot 4 Bulk text services: Lot 5 UK Mobile Telephone Service and Mobile Broadband
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 64000000 Postal and telecommunications services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 64211000 Public-telephone services
Additional classification ( cpv ): 64211100 Local telephone services
Additional classification ( cpv ): 64211200 Long distance telephone services
Additional classification ( cpv ): 64212100 Short Message Service (SMS) services
Additional classification ( cpv ): 64212200 Enhanced Messaging Service (EMS) services
Additional classification ( cpv ): 64212300 Multimedia Message Service (MMS) services
Additional classification ( cpv ): 64212400 Wireless Application Protocol (WAP) services
Additional classification ( cpv ): 64212500 General Packet Radio Services (GPRS) services
Additional classification ( cpv ): 64212600 Enhanced Data for GSM Evolution (EDGE) services
Additional classification ( cpv ): 64212700 Universal Mobile Telephone System (UMTS) services
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32236000 Radio telephones
Additional classification ( cpv ): 32344270 Radio and telephone control system
Additional classification ( cpv ): 32552150 Telephones for visually-impaired
Additional classification ( cpv ): 32552330 Telephone switching apparatus
Additional classification ( cpv ): 32552160 Telephones for hearing-impaired
Additional classification ( cpv ): 32552310 Digital telephone exchanges
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32551300 Telephone headsets
Additional classification ( cpv ): 32551400 Telephone network
Additional classification ( cpv ): 32552140 Payphone equipment
Additional classification ( cpv ): 32552120 Emergency telephones
Additional classification ( cpv ): 32550000 Telephone equipment
Additional classification ( cpv ): 32551000 Telephone cables and associated equipment
Additional classification ( cpv ): 32552110 Cordless telephones
Additional classification ( cpv ): 32551200 Telephone exchanges

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : EU

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 6

5.1.5 Value

Estimated value excluding VAT : 43 029 858 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 22/08/2025 00:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 12/09/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : As per PQQ and Tender Documentation
Financial arrangement : As Per PQQ Document

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 : The High Court of Ireland
Organisation providing additional information about the procurement procedure : Electricity Supply Board ( ESB )
Organisation providing offline access to the procurement documents : Electricity Supply Board ( ESB )
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Electricity Supply Board ( ESB )
Organisation processing tenders : Electricity Supply Board ( ESB )

5.1 Lot technical ID : LOT-0004

Title : Lot 4 Bulk text services
Description : The Contracting Entity intends to procure a framework agreement(s) for the provision of end user devices and associated 2G,4G,5G mobility services required for the support of the day to day running of the business. The requirement also includes the provision of bulk text services for large-scale bulk SMS distribution. It is proposed that the Framework Agreement will include: Lot 1 Mobile Telephone Service and Phones Lot 2 Mobile Broadband Service and Devices Lot 3 M2M - IOT Lot 4 Bulk text services: Lot 5 UK Mobile Telephone Service and Mobile Broadband
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 64000000 Postal and telecommunications services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 64211000 Public-telephone services
Additional classification ( cpv ): 64211100 Local telephone services
Additional classification ( cpv ): 64211200 Long distance telephone services
Additional classification ( cpv ): 64212100 Short Message Service (SMS) services
Additional classification ( cpv ): 64212200 Enhanced Messaging Service (EMS) services
Additional classification ( cpv ): 64212300 Multimedia Message Service (MMS) services
Additional classification ( cpv ): 64212400 Wireless Application Protocol (WAP) services
Additional classification ( cpv ): 64212500 General Packet Radio Services (GPRS) services
Additional classification ( cpv ): 64212600 Enhanced Data for GSM Evolution (EDGE) services
Additional classification ( cpv ): 64212700 Universal Mobile Telephone System (UMTS) services
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32236000 Radio telephones
Additional classification ( cpv ): 32344270 Radio and telephone control system
Additional classification ( cpv ): 32552150 Telephones for visually-impaired
Additional classification ( cpv ): 32552330 Telephone switching apparatus
Additional classification ( cpv ): 32552160 Telephones for hearing-impaired
Additional classification ( cpv ): 32552310 Digital telephone exchanges
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32551300 Telephone headsets
Additional classification ( cpv ): 32551400 Telephone network
Additional classification ( cpv ): 32552140 Payphone equipment
Additional classification ( cpv ): 32552120 Emergency telephones
Additional classification ( cpv ): 32550000 Telephone equipment
Additional classification ( cpv ): 32551000 Telephone cables and associated equipment
Additional classification ( cpv ): 32552110 Cordless telephones
Additional classification ( cpv ): 32551200 Telephone exchanges

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : EU

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 6

5.1.5 Value

Estimated value excluding VAT : 43 029 858 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 22/08/2025 00:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 12/09/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : As per PQQ and Tender Documentation
Financial arrangement : As per PQQ documentation

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 : The High Court of Ireland
Organisation providing additional information about the procurement procedure : Electricity Supply Board ( ESB )
Organisation providing offline access to the procurement documents : Electricity Supply Board ( ESB )
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Electricity Supply Board ( ESB )
Organisation processing tenders : Electricity Supply Board ( ESB )

5.1 Lot technical ID : LOT-0005

Title : Lot 5 UK Mobile Telephone Service and Mobile Broadband
Description : The Contracting Entity intends to procure a framework agreement(s) for the provision of end user devices and associated 2G,4G,5G mobility services required for the support of the day to day running of the business. The requirement also includes the provision of bulk text services for large-scale bulk SMS distribution. It is proposed that the Framework Agreement will include: Lot 1 Mobile Telephone Service and Phones Lot 2 Mobile Broadband Service and Devices Lot 3 M2M - IOT Lot 4 Bulk text services: Lot 5 UK Mobile Telephone Service and Mobile Broadband
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 64000000 Postal and telecommunications services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 64211000 Public-telephone services
Additional classification ( cpv ): 64211100 Local telephone services
Additional classification ( cpv ): 64211200 Long distance telephone services
Additional classification ( cpv ): 64212100 Short Message Service (SMS) services
Additional classification ( cpv ): 64212200 Enhanced Messaging Service (EMS) services
Additional classification ( cpv ): 64212300 Multimedia Message Service (MMS) services
Additional classification ( cpv ): 64212400 Wireless Application Protocol (WAP) services
Additional classification ( cpv ): 64212500 General Packet Radio Services (GPRS) services
Additional classification ( cpv ): 64212600 Enhanced Data for GSM Evolution (EDGE) services
Additional classification ( cpv ): 64212700 Universal Mobile Telephone System (UMTS) services
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32236000 Radio telephones
Additional classification ( cpv ): 32344270 Radio and telephone control system
Additional classification ( cpv ): 32552150 Telephones for visually-impaired
Additional classification ( cpv ): 32552330 Telephone switching apparatus
Additional classification ( cpv ): 32552160 Telephones for hearing-impaired
Additional classification ( cpv ): 32552310 Digital telephone exchanges
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32551300 Telephone headsets
Additional classification ( cpv ): 32551400 Telephone network
Additional classification ( cpv ): 32552140 Payphone equipment
Additional classification ( cpv ): 32552120 Emergency telephones
Additional classification ( cpv ): 32550000 Telephone equipment
Additional classification ( cpv ): 32551000 Telephone cables and associated equipment
Additional classification ( cpv ): 32552110 Cordless telephones
Additional classification ( cpv ): 32551200 Telephone exchanges

5.1.2 Place of performance

Town : UK
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : UK Mobile Telephone Service and Mobile Broadband

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 6

5.1.5 Value

Estimated value excluding VAT : 43 029 858 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 22/08/2025 00:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 12/09/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : As per PQQ and Tender Documentation
Financial arrangement : As per PQQ and Tender Documentation

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 : The High Court of Ireland
Organisation providing additional information about the procurement procedure : Electricity Supply Board ( ESB )
Organisation providing offline access to the procurement documents : Electricity Supply Board ( ESB )
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Electricity Supply Board ( ESB )
Organisation processing tenders : Electricity Supply Board ( ESB )

8. Organisations

8.1 ORG-0001

Official name : Electricity Supply Board ( ESB )
Registration number : ESB001
Postal address : 27 Fitzwilliam Street Lower, Dublin
Town : Dublin
Postcode : D02 KT92
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 017026836
Internet address : https://www.esb.ie
Buyer profile : https://www.esb.ie
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 232223fe-29f1-4572-8eb1-16c324f2a76e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/08/2025 09:47 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00515775-2025
OJ S issue number : 149/2025
Publication date : 06/08/2025