Dive Related Services for the National Monuments Service, Department of Housing, Local Government and Heritage

Maintenance and servicing of dive related equipment, Dive equipment maintenance, storage, handling, packing, checking and certifying and maintaining the NMS's Inventory of Dive Equipment including asset management and tagging, Management of all required paperwork, and generation of SOP’s for dive equipment Mobilisation and demobilisation of the equipment before and after …

CPV: 50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment, 50240000 Repair, maintenance and associated services related to marine and other equipment, 73112000 Marine research services, 98360000 Marine services, 98361000 Aquatic marine services, 98362100 Marine-base support services, 98363000 Diving services
Place of execution:
Dive Related Services for the National Monuments Service, Department of Housing, Local Government and Heritage
Awarding body:
Department of Housing Local Government and Heritage
Award number:
0

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 : Housing and community amenities

2. Procedure

2.1 Procedure

Title : Dive Related Services for the National Monuments Service, Department of Housing, Local Government and Heritage
Description : Maintenance and servicing of dive related equipment, Dive equipment maintenance, storage, handling, packing, checking and certifying and maintaining the NMS's Inventory of Dive Equipment including asset management and tagging, Management of all required paperwork, and generation of SOP’s for dive equipment Mobilisation and demobilisation of the equipment before and after dive projects, Deliver the NMS annual dive training, devise training programme, Dive supervision for NMS diving projects
Procedure identifier : 44579119-12c6-4d63-a5b2-3e4ce9e355e5
Previous notice : 5508dc98-c2f1-488d-8e33-aa791ca8c3bb-01
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98363000 Diving services
Additional classification ( cpv ): 50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
Additional classification ( cpv ): 50240000 Repair, maintenance and associated services related to marine and other equipment
Additional classification ( cpv ): 73112000 Marine research services
Additional classification ( cpv ): 98361000 Aquatic marine services
Additional classification ( cpv ): 98360000 Marine services
Additional classification ( cpv ): 98362100 Marine-base support services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Dive Related Services for the National Monuments Service, Department of Housing, Local Government and Heritage
Description : Maintenance and servicing of dive related equipment, Dive equipment maintenance, storage, handling, packing, checking and certifying and maintaining the NMS's Inventory of Dive Equipment including asset management and tagging, Management of all required paperwork, and generation of SOP’s for dive equipment Mobilisation and demobilisation of the equipment before and after dive projects, Deliver the NMS annual dive training, devise training programme, Dive supervision for NMS diving projects
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98363000 Diving services
Additional classification ( cpv ): 50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
Additional classification ( cpv ): 50240000 Repair, maintenance and associated services related to marine and other equipment
Additional classification ( cpv ): 73112000 Marine research services
Additional classification ( cpv ): 98361000 Aquatic marine services
Additional classification ( cpv ): 98360000 Marine services
Additional classification ( cpv ): 98362100 Marine-base support services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

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
Name : as above
Description : 3.3.1 The Services Contract will be awarded on the basis of the most economically advantageous tender(s) as identified in accordance with the following criteria: (1.) Quality = 300 overall marks (2.) Price = 200 overall marks In establishing the marks for each Tenderer the following methodology will be used (1.) Quality The Quality Award criterion has been subdivided into six sub-criteria (“Secondary Award Criteria”), which are identified as Quality Criteria a–f. Templates for these submissions have been provided in Appendix 1B. These submissions will be incorporated into Schedule G of the Contract. (a.) Proposal for the implementation of the maintenance and servicing schedule = 90 marks (b.) Tenderer’s track record in managing and maintaining commercial dive equipment = 90 marks (c.) Experience in producing Dive Equipment Servicing and Maintenance Schedules = 30 marks (d.) Explanation of how the Tenderer will mobilise and demobilise the NMS dive equipment = 30 marks (e.) Experience in delivering training and dive supervision = 30 marks (f.) Experience in generating and maintaining dive records, reports, SOPs and dive inventory compilation = 30 marks Price The price score will be determined by awarding the maximum marks to the Tenderer with the lowest overall Total Tender Sum as submitted in Appendix 2 (“Pricing Schedule”). Other Tenderers eligible for appointment are then scored by subtracting one half of one percent (0.5%) of the total marks available for price for every one percentage points difference between the lowest eligible price and that of the Tenderer under consideration. The total price should be on the basis of the (all of Part 1) maintaining and servicing NMS equipment for ONE YEAR, (Part 2) Annual Dive Training, and (all of part 3) the cost of mobilising and demobilising equipment and dive supervision for six dive projects per year. Price marks for Tenderer = X*(1-(0.5*[(Y-Z)/Z]) X = Total marks available for price Y = Tender price of Tenderer being scored Z = Lowest eligible tender price The lowest possible mark on price is zero while the highest is 200. Marks will be calculated to two decimal places. The quality and price scores of tenders will be summed and this will determine the ranked position of each Tenderer.
Description of the method to be used if weighting cannot be expressed by criteria : as above
Justification for not indicating the weighting of the award criteria : as above

5.1.12 Terms of procurement

Information about review deadlines : see tender document

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 : see tender document
Organisation providing offline access to the procurement documents : Department of Housing Local Government and Heritage -

6. Results

Value of all contracts awarded in this notice : 383 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : RM Diving Services Limited
Tender :
Tender identifier : 000105052
Identifier of lot or group of lots : LOT-0001
Value of the tender : 383 000 Euro
The tender was ranked : no
Rank in the list of winners : 1
The tender is a variant : no
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 420257
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 15/05/2025

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 : 4000068T
Postal address : Newtown Road
Town : Wexford
Postcode : Y35 AP90
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +53 9117551
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : RM Diving Services Limited
Registration number : 6406729T
Town : Macroom
Postcode : 0
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

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-0004

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 : 85188888-bc74-4004-a175-15719e5e8a51 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 12/06/2025 14:28 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00385139-2025
OJ S issue number : 113/2025
Publication date : 16/06/2025