<?xml version="1.0" encoding="UTF-8"?><TED_EXPORT xmlns:xlink="http://www.w3.org/1999/xlink" xmlns:xsi="http://www.w3.org/2001/XMLSchema-instance" xmlns="http://publications.europa.eu/resource/schema/ted/R2.0.9/publication" xmlns:n2021="http://publications.europa.eu/resource/schema/ted/2021/nuts" xsi:schemaLocation="http://publications.europa.eu/resource/schema/ted/R2.0.9/publication TED_EXPORT.xsd" VERSION="R2.0.9.S05.E01" DOC_ID="553829-2023" EDITION="2023178"><TECHNICAL_SECTION><RECEPTION_ID>23-571028-001</RECEPTION_ID><DELETION_DATE>20231023</DELETION_DATE><FORM_LG_LIST>EN </FORM_LG_LIST><COMMENTS>From Convertor</COMMENTS></TECHNICAL_SECTION><LINKS_SECTION><XML_SCHEMA_DEFINITION_LINK xlink:type="simple" xlink:href="https://ted.europa.eu" xlink:title="TED WEBSITE"/><OFFICIAL_FORMS_LINK xlink:type="simple" xlink:href="https://ted.europa.eu"/><FORMS_LABELS_LINK xlink:type="simple" xlink:href="https://ted.europa.eu"/><ORIGINAL_CPV_LINK xlink:type="simple" xlink:href="https://ted.europa.eu"/><ORIGINAL_NUTS_LINK xlink:type="simple" xlink:href="https://ted.europa.eu"/></LINKS_SECTION><CODED_DATA_SECTION><REF_OJS><COLL_OJ>S</COLL_OJ><NO_OJ>178</NO_OJ><DATE_PUB>20230915</DATE_PUB></REF_OJS><NOTICE_DATA><NO_DOC_OJS>2023/S 178-553829</NO_DOC_OJS><URI_LIST><URI_DOC LG="EN">https://ted.europa.eu/udl?uri=TED:NOTICE:553829-2023:TEXT:EN:HTML</URI_DOC></URI_LIST><LG_ORIG>EN</LG_ORIG><ISO_COUNTRY VALUE="IE"/><IA_URL_GENERAL>https://www.etenders.gov.ie</IA_URL_GENERAL><IA_URL_ETENDERING>https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=2397571</IA_URL_ETENDERING><ORIGINAL_CPV CODE="32500000">Telecommunications equipment and supplies</ORIGINAL_CPV><ORIGINAL_CPV CODE="32420000">Network equipment</ORIGINAL_CPV><ORIGINAL_CPV CODE="48200000">Networking, Internet and intranet software package</ORIGINAL_CPV><n2021:PERFORMANCE_NUTS CODE="IE">Éire / Ireland</n2021:PERFORMANCE_NUTS><n2021:CA_CE_NUTS CODE="IE">Éire / Ireland</n2021:CA_CE_NUTS><VALUES><VALUE TYPE="ESTIMATED_TOTAL" CURRENCY="EUR">3000000.00</VALUE></VALUES></NOTICE_DATA><CODIF_DATA><DS_DATE_DISPATCH>20230912</DS_DATE_DISPATCH><DT_DATE_FOR_SUBMISSION>20231023 12:00</DT_DATE_FOR_SUBMISSION><AA_AUTHORITY_TYPE CODE="4">Utilities entity</AA_AUTHORITY_TYPE><TD_DOCUMENT_TYPE CODE="3">Contract notice</TD_DOCUMENT_TYPE><NC_CONTRACT_NATURE CODE="2">Supplies</NC_CONTRACT_NATURE><PR_PROC CODE="4">Negotiated procedure</PR_PROC><RP_REGULATION CODE="5">European Union, with participation by GPA countries</RP_REGULATION><TY_TYPE_BID CODE="2">Submission for one lot only</TY_TYPE_BID><AC_AWARD_CRIT CODE="2">The most economic tender</AC_AWARD_CRIT><MA_MAIN_ACTIVITIES CODE="N">Electricity</MA_MAIN_ACTIVITIES><HEADING>01F05</HEADING><INITIATOR>01</INITIATOR></CODIF_DATA></CODED_DATA_SECTION><TRANSLATION_SECTION><ML_TITLES><ML_TI_DOC LG="BG"><TI_CY>Иpлaндия</TI_CY><TI_TOWN>Дъблин</TI_TOWN><TI_TEXT><P>Телекомуникационно оборудване и принадлежности</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="CS"><TI_CY>Irsko</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Telekomunikační přístroje na přenos dat</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="DA"><TI_CY>Irland</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Telekommunikationsleverancer</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="DE"><TI_CY>Irland</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Fernmeldebedarf</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="EL"><TI_CY>Ιρλανδία</TI_CY><TI_TOWN>Δουβλίνο</TI_TOWN><TI_TEXT><P>Τηλεπικοινωνιακό υλικό</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="EN"><TI_CY>Ireland</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Telecommunications equipment and supplies</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="ES"><TI_CY>Irlanda</TI_CY><TI_TOWN>Dublín</TI_TOWN><TI_TEXT><P>Equipo y material para telecomunicaciones</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="ET"><TI_CY>Iirimaa</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Elektersideseadmed ja -tarvikud</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="FI"><TI_CY>Irlanti</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Teleliikenteen laitteet ja tarvikkeet</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="FR"><TI_CY>Irlande</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Matériel de télécommunications</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="GA"><TI_CY>Éire</TI_CY><TI_TOWN>Baile Átha Cliath</TI_TOWN><TI_TEXT><P>Telecommunications equipment and supplies</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="HR"><TI_CY>Irska</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Telekomunikacijska oprema i potrepštine</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="HU"><TI_CY>Írország</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Távközlési berendezések és kellékek</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="IT"><TI_CY>Irlanda</TI_CY><TI_TOWN>Dublino</TI_TOWN><TI_TEXT><P>Materiali per telecomunicazioni</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="LT"><TI_CY>Airija</TI_CY><TI_TOWN>Dublinas</TI_TOWN><TI_TEXT><P>Telekomunikacijų įranga ir reikmenys</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="LV"><TI_CY>Īrija</TI_CY><TI_TOWN>Dublina</TI_TOWN><TI_TEXT><P>Telekomunikāciju iekārtas un piederumi</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="MT"><TI_CY>l-Irlanda</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Apparat u fornimenti tat-telekomunikazzjoni</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="NL"><TI_CY>Ierland</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Telecommunicatiebenodigdheden</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="PL"><TI_CY>Irlandia</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Urządzenia i artykuły telekomunikacyjne</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="PT"><TI_CY>Irlanda</TI_CY><TI_TOWN>Dublim</TI_TOWN><TI_TEXT><P>Equipamento e material para telecomunicações</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="RO"><TI_CY>Irlanda</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Echipament de telecomunicaţii</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="SK"><TI_CY>Írsko</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Telekomunikačné zariadenia a spotrebný materiál</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="SL"><TI_CY>Irska</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Telekomunikacijska oprema in potrebščine</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="SV"><TI_CY>Irland</TI_CY><TI_TOWN>Dublin</TI_TOWN><TI_TEXT><P>Telekommunikationsmateriel</P></TI_TEXT></ML_TI_DOC></ML_TITLES><ML_AA_NAMES><AA_NAME LG="EN">Electricity Supply Board ESB</AA_NAME></ML_AA_NAMES></TRANSLATION_SECTION><FORM_SECTION><NOTICE_UUID>8c21ec61-72b5-4c34-b016-de736e33c057</NOTICE_UUID><F05_2014 CATEGORY="ORIGINAL" FORM="F05" LG="EN"><LEGAL_BASIS VALUE="32014L0025"/><CONTRACTING_BODY><ADDRESS_CONTRACTING_BODY><OFFICIALNAME>Electricity Supply Board ESB</OFFICIALNAME><ADDRESS>27 Fitzwilliam Street Lower, Dublin</ADDRESS><TOWN>Dublin</TOWN><POSTAL_CODE>D02 KT92</POSTAL_CODE><COUNTRY VALUE="IE"/><CONTACT_POINT>Maja Pomohaczi</CONTACT_POINT><E_MAIL>maja.luiza.pomohaczi@esbi.ie</E_MAIL><n2021:NUTS CODE="IE"/><URL_GENERAL>https://www.etenders.gov.ie</URL_GENERAL><URL_BUYER>https://www.etenders.gov.ie</URL_BUYER></ADDRESS_CONTRACTING_BODY><DOCUMENT_FULL/><URL_DOCUMENT>https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=2397571</URL_DOCUMENT><ADDRESS_FURTHER_INFO_IDEM/><URL_PARTICIPATION>https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=2397571</URL_PARTICIPATION><CE_ACTIVITY VALUE="ELECTRICITY"/></CONTRACTING_BODY><OBJECT_CONTRACT><TITLE><P>SSCON6794 - Supply and support of Telecom optical and Networking equipment for the ESB Telecom National Network</P></TITLE><CPV_MAIN><CPV_CODE CODE="32500000"/></CPV_MAIN><TYPE_CONTRACT CTYPE="SUPPLIES"/><SHORT_DESCR><P>The Contracting Entity intends to procure a replacement technology vendor for its existing carrier national network. It is intended that contracts will be awarded based on each respective Lot as outlined below. Including Supply, Design, Implement, Spares Management, Field Support and 2nd and 3rd level remote support services. It is proposed that the Contract will include (non-exhaustive list – high level scope): Lot 1 – First Line Maintenance and Spare Inventory Management Description of services required: 1. Spares Inventory Management – Distribution of spare part to site within 4 hours Service Level Agreement (SLA). Return Material Authoriser to technology vendor (RMA Service). Manage and control stock levels and issue regular monthly reports and Inventory transactions. Also responsible for managing software levels on spare parts (Software and Firmware). 2. First Line Maintenance – Engineer on site within 4 hours, with nation-wide coverage. Service level agreement (SLA) is 24 for 7 for 365 days a year. Sites are typically Datacentres located in Dublin, ESB Core locations (21), PoP sites (50) and ESB Telecom customer sites. Lot 2 – Supply and support of Network Infrastructure (Hardware and Software) Description of services required: 1. ROADM – Supply of hardware and software, Commissioning, Provisioning and operational support of national optical platform 2. Layer 2and 3 - Supply of hardware and software, Commissioning, Provisioning and operational support of national network. 3. Management Estate (Element Node Manager, performance monitoring, Asset Management</P></SHORT_DESCR><VAL_ESTIMATED_TOTAL CURRENCY="EUR">3000000.00</VAL_ESTIMATED_TOTAL><LOT_DIVISION><LOT_ONE_ONLY/></LOT_DIVISION><OBJECT_DESCR ITEM="1"><TITLE><P>Lot 1 – First Line Maintenance and Spare Inventory Management</P></TITLE><LOT_NO>1</LOT_NO><CPV_ADDITIONAL><CPV_CODE CODE="32420000"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="48200000"/></CPV_ADDITIONAL><n2021:NUTS CODE="IE"/><SHORT_DESCR><P>The Contracting Entity intends to procure a replacement technology vendor for its existing carrier national network. It is intended that contracts will be awarded based on each respective Lot as outlined below. Including Supply, Design, Implement, Spares Management, Field Support and 2nd and 3rd level remote support services. It is proposed that the Contract will include (non-exhaustive list – high level scope): Lot 1 – First Line Maintenance and Spare Inventory Management Description of services required: 1. Spares Inventory Management – Distribution of spare part to site within 4 hours Service Level Agreement (SLA). Return Material Authoriser to technology vendor (RMA Service). Manage and control stock levels and issue regular monthly reports and Inventory transactions. Also responsible for managing software levels on spare parts (Software and Firmware). 2. First Line Maintenance – Engineer on site within 4 hours, with nation-wide coverage. Service level agreement (SLA) is 24 for 7 for 365 days a year. Sites are typically Datacentres located in Dublin, ESB Core locations (21), PoP sites (50) and ESB Telecom customer sites. Lot 2 – Supply and support of Network Infrastructure (Hardware and Software) Description of services required: 1. ROADM – Supply of hardware and software, Commissioning, Provisioning and operational support of national optical platform 2. Layer 2and 3 - Supply of hardware and software, Commissioning, Provisioning and operational support of national network. 3. Management Estate (Element Node Manager, performance monitoring, Asset Management</P></SHORT_DESCR><AC><AC_PROCUREMENT_DOC/></AC><DURATION TYPE="MONTH">60</DURATION><NO_RENEWAL/><NB_ENVISAGED_CANDIDATE>5</NB_ENVISAGED_CANDIDATE><CRITERIA_CANDIDATE><P>Applicants will be assessed on the quality of their responses to the rules and criteria outlined in the qualification questionnaire and it is anticipated that the top scoring 5 applicants will be invited to tender,. subject to that number qualifying.</P></CRITERIA_CANDIDATE><NO_ACCEPTED_VARIANTS/><OPTIONS/><OPTIONS_DESCR><P>At the date of issuing this PQQ, it is envisaged that the contract will be for an initial duration of 3 years with an</P><P>option to extend up to a further 2 years in one year increments (a potential 5 year contract). The estimated value stated is for a 5 year</P><P>duration.</P></OPTIONS_DESCR><NO_EU_PROGR_RELATED/><INFO_ADD><P>As stated in the Pre Qualification Questionnaire available for download from www.etenders.gov.ie using CFT ID 2397571</P></INFO_ADD></OBJECT_DESCR><OBJECT_DESCR ITEM="2"><TITLE><P>Lot 2 – Supply and support of Network Infrastructure (Hardware and Software)</P></TITLE><LOT_NO>2</LOT_NO><CPV_ADDITIONAL><CPV_CODE CODE="32420000"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="48200000"/></CPV_ADDITIONAL><n2021:NUTS CODE="IE"/><SHORT_DESCR><P>The Contracting Entity intends to procure a replacement technology vendor for its existing carrier national network. It is intended that contracts will be awarded based on each respective Lot as outlined below. Including Supply, Design, Implement, Spares Management, Field Support and 2nd and 3rd level remote support services. It is proposed that the Contract will include (non-exhaustive list – high level scope): Lot 1 – First Line Maintenance and Spare Inventory Management Description of services required: 1. Spares Inventory Management – Distribution of spare part to site within 4 hours Service Level Agreement (SLA). Return Material Authoriser to technology vendor (RMA Service). Manage and control stock levels and issue regular monthly reports and Inventory transactions. Also responsible for managing software levels on spare parts (Software and Firmware). 2. First Line Maintenance – Engineer on site within 4 hours, with nation-wide coverage. Service level agreement (SLA) is 24 for 7 for 365 days a year. Sites are typically Datacentres located in Dublin, ESB Core locations (21), PoP sites (50) and ESB Telecom customer sites. Lot 2 – Supply and support of Network Infrastructure (Hardware and Software) Description of services required: 1. ROADM – Supply of hardware and software, Commissioning, Provisioning and operational support of national optical platform 2. Layer 2and 3 - Supply of hardware and software, Commissioning, Provisioning and operational support of national network. 3. Management Estate (Element Node Manager, performance monitoring, Asset Management</P></SHORT_DESCR><AC><AC_PROCUREMENT_DOC/></AC><DURATION TYPE="MONTH">60</DURATION><NO_RENEWAL/><NB_ENVISAGED_CANDIDATE>5</NB_ENVISAGED_CANDIDATE><CRITERIA_CANDIDATE><P>Applicants will be assessed on the quality of their responses to the rules and criteria outlined in the qualification questionnaire and it is anticipated that the top scoring 5 applicants will be invited to tender, subject to that number qualifying.</P></CRITERIA_CANDIDATE><NO_ACCEPTED_VARIANTS/><OPTIONS/><OPTIONS_DESCR><P>At the date of issuing this PQQ, it is envisaged that the contract will be for an initial duration of 3 years with an</P><P>option to extend up to a further 2 years in one year increments (a potential 5 year contract). The estimated value stated is for a 5 year duration.</P></OPTIONS_DESCR><NO_EU_PROGR_RELATED/><INFO_ADD><P>As stated in the Pre Qualification Questionnaire available for download from www.etenders.gov.ie using CFT ID 2397571</P></INFO_ADD></OBJECT_DESCR></OBJECT_CONTRACT><LEFTI><SUITABILITY><P>As stated in the Pre Qualification Questionnaire available for download from www.etenders.gov.ie using CFT ID 2397571</P></SUITABILITY><ECONOMIC_CRITERIA_DOC/><TECHNICAL_CRITERIA_DOC/><RULES_CRITERIA><P>As stated in the Pre Qualification Questionnaire available for download from www.etenders.gov.ie using CFT ID 2397571</P></RULES_CRITERIA><DEPOSIT_GUARANTEE_REQUIRED><P>As stated in the Pre Qualification Questionnaire available for download from www.etenders.gov.ie using CFT ID 2397571</P></DEPOSIT_GUARANTEE_REQUIRED><MAIN_FINANCING_CONDITION><P>As stated in the Pre Qualification Questionnaire available for download from www.etenders.gov.ie using CFT ID 2397571</P></MAIN_FINANCING_CONDITION><LEGAL_FORM><P>As stated in the Pre Qualification Questionnaire available for download from www.etenders.gov.ie using CFT ID 2397571</P></LEGAL_FORM><PERFORMANCE_CONDITIONS><P>Will be stated in the RFT.</P></PERFORMANCE_CONDITIONS></LEFTI><PROCEDURE><PT_NEGOTIATED_WITH_PRIOR_CALL/><FRAMEWORK><SEVERAL_OPERATORS/><NB_PARTICIPANTS>2</NB_PARTICIPANTS></FRAMEWORK><CONTRACT_COVERED_GPA/><DATE_RECEIPT_TENDERS>2023-10-23</DATE_RECEIPT_TENDERS><TIME_RECEIPT_TENDERS>12:00</TIME_RECEIPT_TENDERS><LANGUAGES><LANGUAGE VALUE="EN"/></LANGUAGES><DURATION_TENDER_VALID TYPE="MONTH">6</DURATION_TENDER_VALID></PROCEDURE><COMPLEMENTARY_INFO><NO_RECURRENT_PROCUREMENT/><EORDERING/><EINVOICING/><EPAYMENT/><INFO_ADD><P>It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition. Access to this Portal is free of charge. Interested parties must formally register their expression of interest for this competition on eTenders before they can gain access to the PQQ documentation. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. 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 tenders. 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) At its absolute discretion, the contracting entity may elect to terminate this procurement process or any contract awarded at any time. 7) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, this this is not to be regarded as a de facto requirement. In all 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. 8) 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.</P></INFO_ADD><ADDRESS_REVIEW_BODY><OFFICIALNAME>Chief Registrar</OFFICIALNAME><ADDRESS>Four Courts, Inns Quay</ADDRESS><TOWN>Dublin</TOWN><COUNTRY VALUE="IE"/><PHONE>+353 18886000</PHONE><URL>http://www.courts.ie</URL></ADDRESS_REVIEW_BODY><DATE_DISPATCH_NOTICE>2023-09-12</DATE_DISPATCH_NOTICE></COMPLEMENTARY_INFO></F05_2014></FORM_SECTION></TED_EXPORT>