Multi Party Framework for Environmental Consultancy Services

DPC wishes to establish a Framework for Environmental Consultancy Services for Dublin Port Estate and other lands in DPC control. The requirements under this Framework will be to undertake environmental management, assessment, reporting and monitoring of all capital work projects. The primary environmental elements required within this service provision include, …

CPV: 71313000 Serviços de consultoria em matéria de engenharia do ambiente, 71313400 Avaliação do impacto ambiental para construção, 71313420 Normas ambientais para construção, 71313430 Análise de indicadores ambientais para construção, 71313440 Serviços de avaliação do impacto ambiental (AIA) para construção, 71313450 Monitorização ambiental para construção
Local de execução:
Multi Party Framework for Environmental Consultancy Services
Local de premiação:
Dublin Port Company_411
Número do prémio:
0

1. Buyer

1.1 Buyer

Official name : Dublin Port Company_411
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Port-related activities

2. Procedure

2.1 Procedure

Title : Multi Party Framework for Environmental Consultancy Services
Description : DPC wishes to establish a Framework for Environmental Consultancy Services for Dublin Port Estate and other lands in DPC control. The requirements under this Framework will be to undertake environmental management, assessment, reporting and monitoring of all capital work projects. The primary environmental elements required within this service provision include, but not limited to, the following:  disposable and recoverable waste  noise and vibration (and underwater noise)  air quality  water quality, modelling and hydrology including emissions from recovered stabilised sediments  contamination – testing of sediments (terrestrial, intertidal, and subtidal) and stabilisation design of contaminated dredged sediments  birds  flora and invasive species  mammals (including, terrestrial, bats, cetaceans, and seals)  population and human health; and  archaeological and heritage. DPC is seeking only those candidates capable of delivering all of the services listed above, whether in-house or as a grouping/consortium. Applications relating to only one, or several of these environmental elements, will be rejected.
Procedure identifier : dbb677be-5df9-4c84-9913-2b61de5f43cb
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 ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313400 Environmental impact assessment for construction
Additional classification ( cpv ): 71313420 Environmental standards for construction
Additional classification ( cpv ): 71313430 Environmental indicators analysis for construction
Additional classification ( cpv ): 71313440 Environmental Impact Assessment (EIA) services for construction
Additional classification ( cpv ): 71313450 Environmental monitoring for construction

2.1.2 Place of performance

Postal address : Estuary House, Block P7, Eastpoint Business Park, Alfie Byrne Road, D03 Y6A2. Estuary House, Block P7, Eastpoint Business Park, Alfie Byrne Road, D03 Y6A2.
Town : Dublin
Postcode : D03 Y6A2
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Euro
Maximum value of the framework agreement : 15 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Multi Party Framework for Environmental Consultancy Services
Description : DPC wishes to establish a Framework for Environmental Consultancy Services for Dublin Port Estate and other lands in DPC control. The requirements under this Framework will be to undertake environmental management, assessment, reporting and monitoring of all capital work projects. The primary environmental elements required within this service provision include, but not limited to, the following:  disposable and recoverable waste  noise and vibration (and underwater noise)  air quality  water quality, modelling and hydrology including emissions from recovered stabilised sediments  contamination – testing of sediments (terrestrial, intertidal, and subtidal) and stabilisation design of contaminated dredged sediments  birds  flora and invasive species  mammals (including, terrestrial, bats, cetaceans, and seals)  population and human health; and  archaeological and heritage. DPC is seeking only those candidates capable of delivering all of the services listed above, whether in-house or as a grouping/consortium. Applications relating to only one, or several of these environmental elements, will be rejected.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313400 Environmental impact assessment for construction
Additional classification ( cpv ): 71313420 Environmental standards for construction
Additional classification ( cpv ): 71313430 Environmental indicators analysis for construction
Additional classification ( cpv ): 71313440 Environmental Impact Assessment (EIA) services for construction
Additional classification ( cpv ): 71313450 Environmental monitoring for construction
Options :
Description of the options : Option to Extend after initial Period

5.1.2 Place of performance

Postal address : Estuary House, Block P7, Eastpoint Business Park, Alfie Byrne Road, D03 Y6A2.
Town : Dublin
Postcode : D03 Y6A2
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 15 000 000 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 : 25/08/2025 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 : Not allowed
Deadline for receipt of requests to participate : 07/09/2025 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 : See procurement document
Financial arrangement : See Procurement Documents

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with 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 : Dublin Port Company_411
Organisation providing offline access to the procurement documents : Dublin Port Company_411
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Dublin Port Company_411
Organisation processing tenders : Dublin Port Company_411

8. Organisations

8.1 ORG-0001

Official name : Dublin Port Company_411
Registration number : 262367
Postal address : Port Centre, Alexandra Road, Dublin 1
Town : Dublin
Postcode : D01 H4C6
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Contact point : Procurement
Telephone : +353 (0)1 8876000
Internet address : www.dublinport.ie
Buyer profile : www.dublinport.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 : 67619ba0-bbdd-44b6-bfbc-caafba956f0f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/08/2025 21:03 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00525095-2025
OJ S issue number : 152/2025
Publication date : 11/08/2025