Specialist Services relating to the Conservation Management of the proposed NPWS Boora Farmland Birds Nature Reserve in three (3) Lots.

Specialist Services relating to the Conservation Management of the proposed NPWS Boora Farmland Birds Nature Reserve in three (3) Lots. LOT 1: Game-keeping services (Species protection, management, and predation reduction/predator control; captive Bird Breeding, and appropriate release) LOT 2: Agricultural and Crops Advice services LOT 3: Agricultural operations services Specialist …

CPV: 92533000 Услуги по поддържане и експлоатация на природни резервати
Място на изпълнение:
Specialist Services relating to the Conservation Management of the proposed NPWS Boora Farmland Birds Nature Reserve in three (3) Lots.
Издаващ орган:
Department of Housing Local Government and Heritage
Номер на наградата:
1

1. Buyer

1.1 Buyer

Official name : Department of Housing Local Government and Heritage
Legal type of the buyer : Central government authority
Activity of the contracting authority : Environmental protection

2. Procedure

2.1 Procedure

Title : Specialist Services relating to the Conservation Management of the proposed NPWS Boora Farmland Birds Nature Reserve in three (3) Lots.
Description : Specialist Services relating to the Conservation Management of the proposed NPWS Boora Farmland Birds Nature Reserve in three (3) Lots. LOT 1: Game-keeping services (Species protection, management, and predation reduction/predator control; captive Bird Breeding, and appropriate release) LOT 2: Agricultural and Crops Advice services LOT 3: Agricultural operations services
Procedure identifier : 2978a982-5b2c-4158-8c36-1418f12c92f2
Previous notice : 685459bc-4954-4878-990e-4c371d1560ac-01
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92533000 Nature reserve services

2.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( ALZZZ )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 600 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Game-keeping services (Species protection, management, and predation reduction/predator control; captive Bird Breeding, and appropriate release)
Description : Specialist Services relating to the Conservation Management of the proposed NPWS Boora Farmland Birds Nature Reserve in three (3) Lots. LOT 1: Game-keeping services (Species protection, management, and predation reduction/predator control; captive Bird Breeding, and appropriate release) LOT 2: Agricultural and Crops Advice services LOT 3: Agricultural operations services
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92533000 Nature reserve services

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( ALZZZ )
Country : Ireland
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( ALZZZ )
Country : Ireland
Additional information :

5.1.5 Value

Estimated value excluding VAT : 600 000 Euro

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Plan, Approach and Methodology (30%) In consideration of the information set out in Appendix 1, please explain how you will structure and manage the project to provide the best value for money, and how you propose to deliver the required outcomes within the proposed timescale. Detail the overall approach and methodology you propose to follow to fulfil the terms of the project. Include a work breakdown structure showing the amount of each team members (in hours, not percentage of the project duration) that shall be allocated to the provision of this service. Please include evidence-based measures for the delivery of the required services, including references where relevant. Responses to 1. Plan, Approach and Methodology will be assessed in consideration of (a) demonstration of understanding of the project’s requirements (10%) and; (b) quality, technical merit and feasibility of the proposal (20%) In consideration of the information set out in Appendix 1, 2. Quality of the proposed multidisciplinary team resources (50%) Please include the relevant educational, professional qualifications and professional associations of the proposed team, managerial staff and those responsible for providing the services or managing the work. This should include evidence of relevant professional or trade accreditation in respect of each person proposed. Tenderers are required to submit: • details of relevant expertise for the proposed team for all disciplines. • a list of all personnel with a substantive role in the proposed contract with their proposed functions and percentage time input, plus any other relevant information. • details of the dedicated person proposed to act as lead person on behalf of the service provider. • evidence of working on a site with nature conservation considerations. • evidence of qualifications, abilities, and experience of key personnel – including those involved in: conservation, ecology, predation reduction, captive bird breeding, surveying, topography mapping, planning, record keeping. • individuals’ experience in similar projects • details of key contracts of a similar nature over the past five years whether in Ireland or internationally based and include written references from these projects. 3. Ultimate Cost (20%) Tenderers must provide a detailed statement of costs and fees which must be exclusive of VAT. Please state the rate of VAT charged.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Criterion :
Type : Cost
Description : Plan, Approach and Methodology (30%) In consideration of the information set out in Appendix 1, please explain how you will structure and manage the project to provide the best value for money, and how you propose to deliver the required outcomes within the proposed timescale. Detail the overall approach and methodology you propose to follow to fulfil the terms of the project. Include a work breakdown structure showing the amount of each team members (in hours, not percentage of the project duration) that shall be allocated to the provision of this service. Please include evidence-based measures for the delivery of the required services, including references where relevant. Responses to 1. Plan, Approach and Methodology will be assessed in consideration of (a) demonstration of understanding of the project’s requirements (10%) and; (b) quality, technical merit and feasibility of the proposal (20%) In consideration of the information set out in Appendix 1, 2. Quality of the proposed multidisciplinary team resources (50%) Please include the relevant educational, professional qualifications and professional associations of the proposed team, managerial staff and those responsible for providing the services or managing the work. This should include evidence of relevant professional or trade accreditation in respect of each person proposed. Tenderers are required to submit: • details of relevant expertise for the proposed team for all disciplines. • a list of all personnel with a substantive role in the proposed contract with their proposed functions and percentage time input, plus any other relevant information. • details of the dedicated person proposed to act as lead person on behalf of the service provider. • evidence of working on a site with nature conservation considerations. • evidence of qualifications, abilities, and experience of key personnel – including those involved in: conservation, ecology, predation reduction, captive bird breeding, surveying, topography mapping, planning, record keeping. • individuals’ experience in similar projects • details of key contracts of a similar nature over the past five years whether in Ireland or internationally based and include written references from these projects. 3. Ultimate Cost (20%) Tenderers must provide a detailed statement of costs and fees which must be exclusive of VAT. Please state the rate of VAT charged.
Category of award fixed criterion : Minimum score
Award criterion number : 56

5.1.12 Terms of procurement

Information about review deadlines : n/a

5.1.15 Techniques

Framework agreement :
No framework agreement
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
Information about review deadlines : n/a
Organisation providing offline access to the procurement documents : Department of Housing Local Government and Heritage
Organisation executing the payment : Department of Housing Local Government and Heritage

5.1 Lot technical ID : LOT-0002

Title : Agricultural and Crops Advice services
Description : Specialist Services relating to the Conservation Management of the proposed NPWS Boora Farmland Birds Nature Reserve in three (3) Lots. LOT 1: Game-keeping services (Species protection, management, and predation reduction/predator control; captive Bird Breeding, and appropriate release) LOT 2: Agricultural and Crops Advice services LOT 3: Agricultural operations services
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92533000 Nature reserve services

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( ALZZZ )
Country : Ireland
Additional information :

5.1.5 Value

Estimated value excluding VAT : 600 000 Euro

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Description : Plan, Approach and Methodology (30%) In consideration of the information set out in Appendix 1, please explain how you will structure and manage the project to provide the best value for money, and how you propose to deliver the required outcomes within the proposed timescale. Detail the overall approach and methodology you propose to follow to fulfil the terms of the project. Include a work breakdown structure showing the amount of each team members (in hours, not percentage of the project duration) that shall be allocated to the provision of this service. Please include evidence-based measures for the delivery of the required services, including references where relevant. Responses to 1. Plan, Approach and Methodology will be assessed in consideration of (a) demonstration of understanding of the project’s requirements (10%) and; (b) quality, technical merit and feasibility of the proposal (20%) In consideration of the information set out in Appendix 1, 2. Quality of the proposed multidisciplinary team resources (50%) Please include the relevant educational, professional qualifications and professional associations of the proposed team, managerial staff and those responsible for providing the services or managing the work. This should include evidence of relevant professional or trade accreditation in respect of each person proposed. Tenderers are required to submit: • details of relevant expertise for the proposed team for all disciplines. • a list of all personnel with a substantive role in the proposed contract with their proposed functions and percentage time input, plus any other relevant information. • details of the dedicated person proposed to act as lead person on behalf of the service provider. • evidence of working on a site with nature conservation considerations. • evidence of qualifications, abilities, and experience of key personnel – including those involved in: conservation, ecology, predation reduction, captive bird breeding, surveying, topography mapping, planning, record keeping. • individuals’ experience in similar projects • details of key contracts of a similar nature over the past five years whether in Ireland or internationally based and include written references from these projects. 3. Ultimate Cost (20%) Tenderers must provide a detailed statement of costs and fees which must be exclusive of VAT. Please state the rate of VAT charged.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Category of award fixed criterion : Minimum score
Award criterion number : 56

5.1.12 Terms of procurement

Information about review deadlines : n/a

5.1.15 Techniques

Framework agreement :
No framework agreement
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
Information about review deadlines : n/a
Organisation providing offline access to the procurement documents : Department of Housing Local Government and Heritage
Organisation executing the payment : Department of Housing Local Government and Heritage

5.1 Lot technical ID : LOT-0003

Title : Agricultural operations services
Description : Specialist Services relating to the Conservation Management of the proposed NPWS Boora Farmland Birds Nature Reserve in three (3) Lots. LOT 1: Game-keeping services (Species protection, management, and predation reduction/predator control; captive Bird Breeding, and appropriate release) LOT 2: Agricultural and Crops Advice services LOT 3: Agricultural operations services
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92533000 Nature reserve services

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( ALZZZ )
Country : Ireland
Additional information :

5.1.5 Value

Estimated value excluding VAT : 600 000 Euro

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Plan, Approach and Methodology (30%) In consideration of the information set out in Appendix 1, please explain how you will structure and manage the project to provide the best value for money, and how you propose to deliver the required outcomes within the proposed timescale. Detail the overall approach and methodology you propose to follow to fulfil the terms of the project. Include a work breakdown structure showing the amount of each team members (in hours, not percentage of the project duration) that shall be allocated to the provision of this service. Please include evidence-based measures for the delivery of the required services, including references where relevant. Responses to 1. Plan, Approach and Methodology will be assessed in consideration of (a) demonstration of understanding of the project’s requirements (10%) and; (b) quality, technical merit and feasibility of the proposal (20%) In consideration of the information set out in Appendix 1, 2. Quality of the proposed multidisciplinary team resources (50%) Please include the relevant educational, professional qualifications and professional associations of the proposed team, managerial staff and those responsible for providing the services or managing the work. This should include evidence of relevant professional or trade accreditation in respect of each person proposed. Tenderers are required to submit: • details of relevant expertise for the proposed team for all disciplines. • a list of all personnel with a substantive role in the proposed contract with their proposed functions and percentage time input, plus any other relevant information. • details of the dedicated person proposed to act as lead person on behalf of the service provider. • evidence of working on a site with nature conservation considerations. • evidence of qualifications, abilities, and experience of key personnel – including those involved in: conservation, ecology, predation reduction, captive bird breeding, surveying, topography mapping, planning, record keeping. • individuals’ experience in similar projects • details of key contracts of a similar nature over the past five years whether in Ireland or internationally based and include written references from these projects. 3. Ultimate Cost (20%) Tenderers must provide a detailed statement of costs and fees which must be exclusive of VAT. Please state the rate of VAT charged.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.12 Terms of procurement

Information about review deadlines : n/a

5.1.15 Techniques

Framework agreement :
No framework agreement
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
Information about review deadlines : n/a
Organisation providing offline access to the procurement documents : Department of Housing Local Government and Heritage
Organisation executing the payment : Department of Housing Local Government and Heritage

6. Results

Value of all contracts awarded in this notice : 600 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Haslam Wildlife Management
Tender :
Tender identifier : 000091859
Identifier of lot or group of lots : LOT-0001
Value of the tender : 420 000 Euro
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416765
Date on which the winner was chosen : 27/02/2025
Date of the conclusion of the contract : 11/04/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Martyn Agri Environment Consultants
Tender :
Tender identifier : 000092652
Identifier of lot or group of lots : LOT-0002
Value of the tender : 60 000 Euro
The tender was ranked : yes
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416766
Date on which the winner was chosen : 27/02/2025
Date of the conclusion of the contract : 11/04/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Martyn Agri Environment Consultants
Tender :
Tender identifier : 000092652
Identifier of lot or group of lots : LOT-0003
Value of the tender : 75 000 Euro
The tender was ranked : yes
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416767
Date on which the winner was chosen : 27/02/2025
Date of the conclusion of the contract : 11/04/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Department of Housing Local Government and Heritage
Registration number : Department of Housing, Local Government and Heritage
Registration number : Department of Housing, Local Government and Heritage
Postal address : Newtown Road
Town : Wexford
Postcode : Y35 AP90
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( ALZZZ )
Country : Ireland
Telephone : +53 9117551
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation executing the payment

8.1 ORG-0002

Official name : Haslam Wildlife Management
Registration number : 754685
Postal address : Mullagh
Town : Dromahair
Postcode : F91TV25
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( ALZZZ )
Country : Ireland
Telephone : 0876743133
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : Martyn Agri Environment Consultants
Registration number : 240683
Town : Kilbeggan
Postcode : XXXX
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( ALZZZ )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002 LOT-0003

8.1 ORG-0004

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

8.1 ORG-0005

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

11. Notice information

11.1 Notice information

Notice identifier/version : 5e04b5b2-e15d-48f4-a987-d096258a1934 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 27/06/2025 14:48 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00425477-2025
OJ S issue number : 123/2025
Publication date : 01/07/2025