Procurement Services and Contract Management Consultancy

The EUs Customs Union prohibits customs duties on imports and exports between member states and details a common customs tariff in MS relations with third countries. There is also a principle of mutual recognition of standards whereby goods are certified in one Member State (MS) and this certification is accepted …

CPV: 72224000 Project management consultancy services, 79400000 Business and management consultancy and related services, 79410000 Business and management consultancy services, 79411000 General management consultancy services, 79418000 Procurement consultancy services, 79420000 Management-related services
Place of execution:
Procurement Services and Contract Management Consultancy
Awarding body:
Department of Agriculture Food and the Marine
Award number:
0

1. Buyer

1.1 Buyer

Official name : Department of Agriculture Food and the Marine
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement Services and Contract Management Consultancy
Description : The EUs Customs Union prohibits customs duties on imports and exports between member states and details a common customs tariff in MS relations with third countries. There is also a principle of mutual recognition of standards whereby goods are certified in one Member State (MS) and this certification is accepted in all MS. As a result, goods move freely between MS without the need for customs declarations, associated controls and inspections. This means that no controls are carried out at Irish ports and airports on consignments of live animals, plants, plant and animal products and consignments of foods of non-animal origin, food contact materials (e.g. plastics), some composite products, cosmetic products or tobacco related products that are entering Ireland from another EU Member State. As a result of Brexit, the movement of goods from Great Britain into the EU is now an importation from a third country. Therefore, all consignments of live animals, plants, plant and animal products and consignments of foods of non-animal origin, food contact materials (e.g. plastics), some composite products, cosmetic products or tobacco related products that are entering Ireland from Great Britain are now subject to customs formalities including the requirement for customs declarations, payment of tariffs (where applicable) and documentary or physical controls. In addition, DAFM and the HSE inspect all consignments to confirm they are in compliance with EU legislation. Consignments found not to comply with these requirements are rejected and are either destroyed, re-exported to the country of origin or are subjected to special treatment under Competent Authority control. The Competent Authorities require a Tenderer to procure and manage on their behalf, a Border Control Post (BCP) Support Services Contract. The BCP Support Services Contract provides a range of services to assist with facilitating checks on incoming imports including consignment handling and traffic control services in Dublin and Rosslare Ports for and on behalf of the following Competent Authorities: Department of Agriculture, Food and the Marine (DAFM), the Office of the Revenue Commissioners (Revenue) and the Health Service Executive (HSE). The expected range of services included in the BCP support services contract may, but is not limited to, the following: - Contract Management - Health and Safety, Quality and Environmental Management - Consignment Handling - Traffic Control - Provision of Machinery/Equipment The Tenderer will be required to be fully acquainted with the strict requirements of Public Procurement and to always abide by these.
Procedure identifier : 771f9b63-3fa9-4903-a799-b41de8d13634
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79420000 Management-related services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 300 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Procurement Services and Contract Management Consultancy
Description : The EUs Customs Union prohibits customs duties on imports and exports between member states and details a common customs tariff in MS relations with third countries. There is also a principle of mutual recognition of standards whereby goods are certified in one Member State (MS) and this certification is accepted in all MS. As a result, goods move freely between MS without the need for customs declarations, associated controls and inspections. This means that no controls are carried out at Irish ports and airports on consignments of live animals, plants, plant and animal products and consignments of foods of non-animal origin, food contact materials (e.g. plastics), some composite products, cosmetic products or tobacco related products that are entering Ireland from another EU Member State. As a result of Brexit, the movement of goods from Great Britain into the EU is now an importation from a third country. Therefore, all consignments of live animals, plants, plant and animal products and consignments of foods of non-animal origin, food contact materials (e.g. plastics), some composite products, cosmetic products or tobacco related products that are entering Ireland from Great Britain are now subject to customs formalities including the requirement for customs declarations, payment of tariffs (where applicable) and documentary or physical controls. In addition, DAFM and the HSE inspect all consignments to confirm they are in compliance with EU legislation. Consignments found not to comply with these requirements are rejected and are either destroyed, re-exported to the country of origin or are subjected to special treatment under Competent Authority control. The Competent Authorities require a Tenderer to procure and manage on their behalf, a Border Control Post (BCP) Support Services Contract. The BCP Support Services Contract provides a range of services to assist with facilitating checks on incoming imports including consignment handling and traffic control services in Dublin and Rosslare Ports for and on behalf of the following Competent Authorities: Department of Agriculture, Food and the Marine (DAFM), the Office of the Revenue Commissioners (Revenue) and the Health Service Executive (HSE). The expected range of services included in the BCP support services contract may, but is not limited to, the following: - Contract Management - Health and Safety, Quality and Environmental Management - Consignment Handling - Traffic Control - Provision of Machinery/Equipment The Tenderer will be required to be fully acquainted with the strict requirements of Public Procurement and to always abide by these.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79420000 Management-related services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 300 000 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 : Quality
Description : Criteria set out in procurement documents
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 30

5.1.12 Terms of procurement

Information about review deadlines : 30 days

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 : 30 days
Organisation providing offline access to the procurement documents : Department of Agriculture Food and the Marine

6. Results

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer following a tenderer's request to review the award

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : Department of Agriculture Food and the Marine
Registration number : IE4773186Q
Postal address : Agriculture House Kildare Street
Town : Dublin
Postcode : D02 WK12
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +35316072000
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

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

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

11. Notice information

11.1 Notice information

Notice identifier/version : f20d9abb-ef8e-4acd-9cba-8f1f49b20b5c - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 26/06/2025 15:36 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00420524-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025