Multi Supplier Framework Agreement for the provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority (MARA)

In summary, the Services comprise of: The Provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority. The framework agreement will be divided into 10 Lots (each a “Lot”) as described below. Lot 1 Shellfish and finfish, Lot 2 Marine Mammals, Lot 3 Benthic Ecology and …

CPV: 71300000 Serviços de engenharia, 90700000 Serviços ambientais, 73000000 Serviços de investigação e desenvolvimento e serviços de consultoria conexos, 77800000 Serviços de aquicultura
Local de execução:
Multi Supplier Framework Agreement for the provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority (MARA)
Local de premiação:
Maritime Area Regulatory Authority
Número do prémio:
10

1. Buyer

1.1 Buyer

Official name : Maritime Area Regulatory Authority
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Multi Supplier Framework Agreement for the provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority (MARA)
Description : In summary, the Services comprise of: The Provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority. The framework agreement will be divided into 10 Lots (each a “Lot”) as described below. Lot 1 Shellfish and finfish, Lot 2 Marine Mammals, Lot 3 Benthic Ecology and Macro Algae, Lot 4 Ornithology, Lot 5 Marine Structures Engineering, Lot 6 Navigation, Lot 7 Planning, Lot 8 Marine Chemistry, Bio-chemistry and microbiology, Lot 9 Physical Oceanography and Geophysics, Lot 10 Geographic Information Systems (GIS) and Data Management Each Lot will result in a separate framework agreement (each a “Framework Agreement”). Tenderers may respond to one or more Lots. There are no restrictions on the number of Lots that a Tenderer can either tender for or be appointed to.
Procedure identifier : 455e0ef2-a814-4441-b3be-15ecee0e25ea
Previous notice : 910cb815-6561-442e-ba94-fbaec2119be9-01
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 77800000 Aquaculture services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 499 600 Euro
Maximum value of the framework agreement : 499 600 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Shellfish and finfish
Description : In summary, the Services comprise of: The Provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority. The framework agreement will be divided into 10 Lots (each a “Lot”) as described below. Lot 1 Shellfish and finfish, Lot 2 Marine Mammals, Lot 3 Benthic Ecology and Macro Algae, Lot 4 Ornithology, Lot 5 Marine Structures Engineering, Lot 6 Navigation, Lot 7 Planning, Lot 8 Marine Chemistry, Bio-chemistry and microbiology, Lot 9 Physical Oceanography and Geophysics, Lot 10 Geographic Information Systems (GIS) and Data Management Each Lot will result in a separate framework agreement (each a “Framework Agreement”). Tenderers may respond to one or more Lots. There are no restrictions on the number of Lots that a Tenderer can either tender for or be appointed to.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 77800000 Aquaculture services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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 : Price @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 offline access to the procurement documents : Maritime Area Regulatory Authority
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Maritime Area Regulatory Authority

5.1 Lot technical ID : LOT-0002

Title : Marine Mammals
Description : In summary, the Services comprise of: The Provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority. The framework agreement will be divided into 10 Lots (each a “Lot”) as described below. Lot 1 Shellfish and finfish, Lot 2 Marine Mammals, Lot 3 Benthic Ecology and Macro Algae, Lot 4 Ornithology, Lot 5 Marine Structures Engineering, Lot 6 Navigation, Lot 7 Planning, Lot 8 Marine Chemistry, Bio-chemistry and microbiology, Lot 9 Physical Oceanography and Geophysics, Lot 10 Geographic Information Systems (GIS) and Data Management Each Lot will result in a separate framework agreement (each a “Framework Agreement”). Tenderers may respond to one or more Lots. There are no restrictions on the number of Lots that a Tenderer can either tender for or be appointed to.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 77800000 Aquaculture services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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 : Price @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 offline access to the procurement documents : Maritime Area Regulatory Authority
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Maritime Area Regulatory Authority

5.1 Lot technical ID : LOT-0003

Title : Benthic Ecology and Macro Algae
Description : In summary, the Services comprise of: The Provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority. The framework agreement will be divided into 10 Lots (each a “Lot”) as described below. Lot 1 Shellfish and finfish, Lot 2 Marine Mammals, Lot 3 Benthic Ecology and Macro Algae, Lot 4 Ornithology, Lot 5 Marine Structures Engineering, Lot 6 Navigation, Lot 7 Planning, Lot 8 Marine Chemistry, Bio-chemistry and microbiology, Lot 9 Physical Oceanography and Geophysics, Lot 10 Geographic Information Systems (GIS) and Data Management Each Lot will result in a separate framework agreement (each a “Framework Agreement”). Tenderers may respond to one or more Lots. There are no restrictions on the number of Lots that a Tenderer can either tender for or be appointed to.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 77800000 Aquaculture services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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 : Price @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 offline access to the procurement documents : Maritime Area Regulatory Authority
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Maritime Area Regulatory Authority

5.1 Lot technical ID : LOT-0004

Title : Ornithology
Description : In summary, the Services comprise of: The Provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority. The framework agreement will be divided into 10 Lots (each a “Lot”) as described below. Lot 1 Shellfish and finfish, Lot 2 Marine Mammals, Lot 3 Benthic Ecology and Macro Algae, Lot 4 Ornithology, Lot 5 Marine Structures Engineering, Lot 6 Navigation, Lot 7 Planning, Lot 8 Marine Chemistry, Bio-chemistry and microbiology, Lot 9 Physical Oceanography and Geophysics, Lot 10 Geographic Information Systems (GIS) and Data Management Each Lot will result in a separate framework agreement (each a “Framework Agreement”). Tenderers may respond to one or more Lots. There are no restrictions on the number of Lots that a Tenderer can either tender for or be appointed to.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 77800000 Aquaculture services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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 : Price @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 offline access to the procurement documents : Maritime Area Regulatory Authority
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Maritime Area Regulatory Authority

5.1 Lot technical ID : LOT-0005

Title : Marine Structures Engineering
Description : In summary, the Services comprise of: The Provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority. The framework agreement will be divided into 10 Lots (each a “Lot”) as described below. Lot 1 Shellfish and finfish, Lot 2 Marine Mammals, Lot 3 Benthic Ecology and Macro Algae, Lot 4 Ornithology, Lot 5 Marine Structures Engineering, Lot 6 Navigation, Lot 7 Planning, Lot 8 Marine Chemistry, Bio-chemistry and microbiology, Lot 9 Physical Oceanography and Geophysics, Lot 10 Geographic Information Systems (GIS) and Data Management Each Lot will result in a separate framework agreement (each a “Framework Agreement”). Tenderers may respond to one or more Lots. There are no restrictions on the number of Lots that a Tenderer can either tender for or be appointed to.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 77800000 Aquaculture services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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 : Price @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 offline access to the procurement documents : Maritime Area Regulatory Authority
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Maritime Area Regulatory Authority

5.1 Lot technical ID : LOT-0006

Title : Navigation
Description : In summary, the Services comprise of: The Provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority. The framework agreement will be divided into 10 Lots (each a “Lot”) as described below. Lot 1 Shellfish and finfish, Lot 2 Marine Mammals, Lot 3 Benthic Ecology and Macro Algae, Lot 4 Ornithology, Lot 5 Marine Structures Engineering, Lot 6 Navigation, Lot 7 Planning, Lot 8 Marine Chemistry, Bio-chemistry and microbiology, Lot 9 Physical Oceanography and Geophysics, Lot 10 Geographic Information Systems (GIS) and Data Management Each Lot will result in a separate framework agreement (each a “Framework Agreement”). Tenderers may respond to one or more Lots. There are no restrictions on the number of Lots that a Tenderer can either tender for or be appointed to.
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 77800000 Aquaculture services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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 : Price @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 offline access to the procurement documents : Maritime Area Regulatory Authority
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Maritime Area Regulatory Authority

5.1 Lot technical ID : LOT-0007

Title : Planning
Description : In summary, the Services comprise of: The Provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority. The framework agreement will be divided into 10 Lots (each a “Lot”) as described below. Lot 1 Shellfish and finfish, Lot 2 Marine Mammals, Lot 3 Benthic Ecology and Macro Algae, Lot 4 Ornithology, Lot 5 Marine Structures Engineering, Lot 6 Navigation, Lot 7 Planning, Lot 8 Marine Chemistry, Bio-chemistry and microbiology, Lot 9 Physical Oceanography and Geophysics, Lot 10 Geographic Information Systems (GIS) and Data Management Each Lot will result in a separate framework agreement (each a “Framework Agreement”). Tenderers may respond to one or more Lots. There are no restrictions on the number of Lots that a Tenderer can either tender for or be appointed to.
Internal identifier : 7

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 77800000 Aquaculture services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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 : Price @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 offline access to the procurement documents : Maritime Area Regulatory Authority
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Maritime Area Regulatory Authority

5.1 Lot technical ID : LOT-0008

Title : Marine Chemistry, Bio-chemistry and microbiology
Description : In summary, the Services comprise of: The Provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority. The framework agreement will be divided into 10 Lots (each a “Lot”) as described below. Lot 1 Shellfish and finfish, Lot 2 Marine Mammals, Lot 3 Benthic Ecology and Macro Algae, Lot 4 Ornithology, Lot 5 Marine Structures Engineering, Lot 6 Navigation, Lot 7 Planning, Lot 8 Marine Chemistry, Bio-chemistry and microbiology, Lot 9 Physical Oceanography and Geophysics, Lot 10 Geographic Information Systems (GIS) and Data Management Each Lot will result in a separate framework agreement (each a “Framework Agreement”). Tenderers may respond to one or more Lots. There are no restrictions on the number of Lots that a Tenderer can either tender for or be appointed to.
Internal identifier : 8

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 77800000 Aquaculture services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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 : Price @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 offline access to the procurement documents : Maritime Area Regulatory Authority
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Maritime Area Regulatory Authority

5.1 Lot technical ID : LOT-0009

Title : Physical Oceanography and Geophysics
Description : In summary, the Services comprise of: The Provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority. The framework agreement will be divided into 10 Lots (each a “Lot”) as described below. Lot 1 Shellfish and finfish, Lot 2 Marine Mammals, Lot 3 Benthic Ecology and Macro Algae, Lot 4 Ornithology, Lot 5 Marine Structures Engineering, Lot 6 Navigation, Lot 7 Planning, Lot 8 Marine Chemistry, Bio-chemistry and microbiology, Lot 9 Physical Oceanography and Geophysics, Lot 10 Geographic Information Systems (GIS) and Data Management Each Lot will result in a separate framework agreement (each a “Framework Agreement”). Tenderers may respond to one or more Lots. There are no restrictions on the number of Lots that a Tenderer can either tender for or be appointed to.
Internal identifier : 9

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 77800000 Aquaculture services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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 : Price @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 offline access to the procurement documents : Maritime Area Regulatory Authority
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Maritime Area Regulatory Authority

5.1 Lot technical ID : LOT-0010

Title : Physical Oceanography and Geophysics Geographic Information Systems (GIS) and Data Management
Description : In summary, the Services comprise of: The Provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority. The framework agreement will be divided into 10 Lots (each a “Lot”) as described below. Lot 1 Shellfish and finfish, Lot 2 Marine Mammals, Lot 3 Benthic Ecology and Macro Algae, Lot 4 Ornithology, Lot 5 Marine Structures Engineering, Lot 6 Navigation, Lot 7 Planning, Lot 8 Marine Chemistry, Bio-chemistry and microbiology, Lot 9 Physical Oceanography and Geophysics, Lot 10 Geographic Information Systems (GIS) and Data Management Each Lot will result in a separate framework agreement (each a “Framework Agreement”). Tenderers may respond to one or more Lots. There are no restrictions on the number of Lots that a Tenderer can either tender for or be appointed to.
Internal identifier : 10

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 77800000 Aquaculture services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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 : Price @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75

5.1.15 Techniques

Framework agreement :
Framework agreement, 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 offline access to the procurement documents : Maritime Area Regulatory Authority
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Maritime Area Regulatory Authority

6. Results

Maximum value of the framework agreements in this notice : 499 600 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 499 600 Euro

6.1.2 Information about winners

Winner :
Official name : ABPmer
Tender :
Tender identifier : 000095977
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 422497
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : APEM Limited
Tender :
Tender identifier : 000095998
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 422498
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Xodus Group
Tender :
Tender identifier : 000096004
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 422499
Date of the conclusion of the contract : 14/08/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 8

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 499 600 Euro

6.1.2 Information about winners

Winner :
Official name : RPS Consulting Engineers Ltd.
Tender :
Tender identifier : 000096015
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 422501
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : ABPmer
Tender :
Tender identifier : 000095977
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 422502
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : APEM Limited
Tender :
Tender identifier : 000095998
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 422500
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Xodus Group
Tender :
Tender identifier : 000096004
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 422503
Date of the conclusion of the contract : 14/08/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 9

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 4 996 000 Euro

6.1.2 Information about winners

Winner :
Official name : RPS Consulting Engineers Ltd.
Tender :
Tender identifier : 000096015
Identifier of lot or group of lots : LOT-0003
Subcontracting : No
Contract information :
Identifier of the contract : 422507
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Environmental Resources Management Ireland Ltd
Tender :
Tender identifier : 000095990
Identifier of lot or group of lots : LOT-0003
Subcontracting : No
Contract information :
Identifier of the contract : 422506
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Janine Guinan_108398
Tender :
Tender identifier : 000095898
Identifier of lot or group of lots : LOT-0003
Subcontracting : No
Contract information :
Identifier of the contract : 422508
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : ABPmer
Tender :
Tender identifier : 000095977
Identifier of lot or group of lots : LOT-0003
Subcontracting : No
Contract information :
Identifier of the contract : 422505
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : APEM Limited
Tender :
Tender identifier : 000095998
Identifier of lot or group of lots : LOT-0003
Subcontracting : No
Contract information :
Identifier of the contract : 422504
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Xodus Group
Tender :
Tender identifier : 000096004
Identifier of lot or group of lots : LOT-0003
Subcontracting : No
Contract information :
Identifier of the contract : 422509
Date of the conclusion of the contract : 14/08/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 8

6.1 Result lot ldentifier : LOT-0004

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 499 600 Euro

6.1.2 Information about winners

Winner :
Official name : RPS Consulting Engineers Ltd.
Tender :
Tender identifier : 000096015
Identifier of lot or group of lots : LOT-0004
Subcontracting : No
Contract information :
Identifier of the contract : 422511
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Envirico
Tender :
Tender identifier : 000095900
Identifier of lot or group of lots : LOT-0004
Subcontracting : No
Contract information :
Identifier of the contract : 422510
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Roughan and O'Donovan _20818
Tender :
Tender identifier : 000096030
Identifier of lot or group of lots : LOT-0004
Subcontracting : No
Contract information :
Identifier of the contract : 422513
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Xodus Group
Tender :
Tender identifier : 000096004
Identifier of lot or group of lots : LOT-0004
Subcontracting : No
Contract information :
Identifier of the contract : 422512
Date of the conclusion of the contract : 14/08/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 9

6.1 Result lot ldentifier : LOT-0005

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 499 600 Euro

6.1.2 Information about winners

Winner :
Official name : RPS Consulting Engineers Ltd.
Tender :
Tender identifier : 000096015
Identifier of lot or group of lots : LOT-0005
Subcontracting : No
Contract information :
Identifier of the contract : 422516
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Ayesa (formerly ByrneLooby)
Tender :
Tender identifier : 000095947
Identifier of lot or group of lots : LOT-0005
Subcontracting : No
Contract information :
Identifier of the contract : 422514
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : McCarthy Browne Consulting Engineers Ltd.
Tender :
Tender identifier : 000096027
Identifier of lot or group of lots : LOT-0005
Subcontracting : No
Contract information :
Identifier of the contract : 422518
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Offshore Wind Consultants Ireland Limited
Tender :
Tender identifier : 000095981
Identifier of lot or group of lots : LOT-0005
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 422515
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Wood Group Kenny Ireland Limited
Tender :
Tender identifier : 000095976
Identifier of lot or group of lots : LOT-0005
Subcontracting : No
Contract information :
Identifier of the contract : 422517
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Xodus Group
Tender :
Tender identifier : 000096004
Identifier of lot or group of lots : LOT-0005
Subcontracting : No
Contract information :
Identifier of the contract : 422519
Date of the conclusion of the contract : 14/08/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 10

6.1 Result lot ldentifier : LOT-0006

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 499 600 Euro

6.1.2 Information about winners

Winner :
Official name : Marine and Risk Consultants Ltd (Marico Marine)
Tender :
Tender identifier : 000095098
Identifier of lot or group of lots : LOT-0006
Subcontracting : No
Contract information :
Identifier of the contract : 422523
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Offshore Wind Consultants Ireland Limited
Tender :
Tender identifier : 000095981
Identifier of lot or group of lots : LOT-0006
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 422521
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : ABPmer
Tender :
Tender identifier : 000095977
Identifier of lot or group of lots : LOT-0006
Subcontracting : No
Contract information :
Identifier of the contract : 422520
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : APEM Limited
Tender :
Tender identifier : 000095998
Identifier of lot or group of lots : LOT-0006
Subcontracting : No
Contract information :
Identifier of the contract : 422522
Date of the conclusion of the contract : 14/08/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 6

6.1 Result lot ldentifier : LOT-0007

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 499 600 Euro

6.1.2 Information about winners

Winner :
Official name : MKO - McCarthy Keville O'Sullivan Ltd
Tender :
Tender identifier : 000095999
Identifier of lot or group of lots : LOT-0007
Subcontracting : No
Contract information :
Identifier of the contract : 422525
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : McCutcheon Halley
Tender :
Tender identifier : 000095844
Identifier of lot or group of lots : LOT-0007
Subcontracting : No
Contract information :
Identifier of the contract : 422529
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : RPS Consulting Engineers Ltd.
Tender :
Tender identifier : 000096015
Identifier of lot or group of lots : LOT-0007
Subcontracting : No
Contract information :
Identifier of the contract : 422527
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : MacCabe Durney Barnes_19155
Tender :
Tender identifier : 000095614
Identifier of lot or group of lots : LOT-0007
Subcontracting : No
Contract information :
Identifier of the contract : 422524
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : RMLA limited
Tender :
Tender identifier : 000095860
Identifier of lot or group of lots : LOT-0007
Subcontracting : No
Contract information :
Identifier of the contract : 422528
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Roughan and O'Donovan _20818
Tender :
Tender identifier : 000096030
Identifier of lot or group of lots : LOT-0007
Subcontracting : No
Contract information :
Identifier of the contract : 422526
Date of the conclusion of the contract : 14/08/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 8

6.1 Result lot ldentifier : LOT-0008

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 499 600 Euro

6.1.2 Information about winners

Winner :
Official name : Environmental Resources Management Ireland Ltd
Tender :
Tender identifier : 000095990
Identifier of lot or group of lots : LOT-0008
Subcontracting : No
Contract information :
Identifier of the contract : 422531
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Southern Scientific Services Ltd
Tender :
Tender identifier : 000096009
Identifier of lot or group of lots : LOT-0008
Subcontracting : No
Contract information :
Identifier of the contract : 422530
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : ABPmer
Tender :
Tender identifier : 000095977
Identifier of lot or group of lots : LOT-0008
Subcontracting : No
Contract information :
Identifier of the contract : 422532
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : APEM Limited
Tender :
Tender identifier : 000095998
Identifier of lot or group of lots : LOT-0008
Subcontracting : No
Contract information :
Identifier of the contract : 422533
Date of the conclusion of the contract : 14/08/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 6

6.1 Result lot ldentifier : LOT-0009

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 499 600 Euro

6.1.2 Information about winners

Winner :
Official name : Greenlight Surveys Ltd
Tender :
Tender identifier : 000096023
Identifier of lot or group of lots : LOT-0009
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 422535
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Environmental Resources Management Ireland Ltd
Tender :
Tender identifier : 000095990
Identifier of lot or group of lots : LOT-0009
Subcontracting : No
Contract information :
Identifier of the contract : 422539
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : TechWorks Marine_11125
Tender :
Tender identifier : 000095918
Identifier of lot or group of lots : LOT-0009
Subcontracting : No
Contract information :
Identifier of the contract : 422534
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Janine Guinan_108398
Tender :
Tender identifier : 000095898
Identifier of lot or group of lots : LOT-0009
Subcontracting : No
Contract information :
Identifier of the contract : 422537
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Offshore Wind Consultants Ireland Limited
Tender :
Tender identifier : 000095981
Identifier of lot or group of lots : LOT-0009
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 422538
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : ABPmer
Tender :
Tender identifier : 000095977
Identifier of lot or group of lots : LOT-0009
Subcontracting : No
Contract information :
Identifier of the contract : 422536
Date of the conclusion of the contract : 14/08/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 9

6.1 Result lot ldentifier : LOT-0010

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 499 600 Euro

6.1.2 Information about winners

Winner :
Official name : Greenlight Surveys Ltd
Tender :
Tender identifier : 000096023
Identifier of lot or group of lots : LOT-0010
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 422491
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Compass Informatics Ltd
Tender :
Tender identifier : 000095963
Identifier of lot or group of lots : LOT-0010
Subcontracting : No
Contract information :
Identifier of the contract : 422492
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : RPS Consulting Engineers Ltd.
Tender :
Tender identifier : 000096015
Identifier of lot or group of lots : LOT-0010
Subcontracting : No
Contract information :
Identifier of the contract : 422495
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Environmental Resources Management Ireland Ltd
Tender :
Tender identifier : 000095990
Identifier of lot or group of lots : LOT-0010
Subcontracting : No
Contract information :
Identifier of the contract : 422496
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : Turner and Townsend Ltd
Tender :
Tender identifier : 000095966
Identifier of lot or group of lots : LOT-0010
Subcontracting : No
Contract information :
Identifier of the contract : 422494
Date of the conclusion of the contract : 14/08/2025
Winner :
Official name : ABPmer
Tender :
Tender identifier : 000095977
Identifier of lot or group of lots : LOT-0010
Subcontracting : No
Contract information :
Identifier of the contract : 422493
Date of the conclusion of the contract : 14/08/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 15

8. Organisations

8.1 ORG-0001

Official name : Maritime Area Regulatory Authority
Registration number : 4235563UH
Postal address : 2nd Floor Menapia House, Drinagh Business Park, Drinagh, Wexford
Town : Wexford
Postcode : Y35RF29
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 8883959
Internet address : www.maritimeregulator.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation executing the payment

8.1 ORG-0002

Official name : Greenlight Surveys Ltd
Size of the economic operator : Micro, small, or medium
Registration number : 550515
Postal address : Pembrook, Dublin Road, Oranmore, Co. Galway, Ireland
Town : Galway
Postcode : H91HTV2
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0864096859
Internet address : www.greenlightsurveys.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0009 LOT-0010

8.1 ORG-0003

Official name : MKO - McCarthy Keville O'Sullivan Ltd
Size of the economic operator : Micro, small, or medium
Registration number : 462657
Postal address : Tuam Road
Town : Galway
Postcode : H91 VW84
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 091 735 611
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0007

8.1 ORG-0004

Official name : McCutcheon Halley
Size of the economic operator : Micro, small, or medium
Registration number : 13918
Postal address : 6 Joyce House, Barrack Square, Ballincollig, Co. Cork.
Town : Ballincollig
Postcode : P31 YX97
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 021420 8710
Internet address : www.mhplanning.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0007

8.1 ORG-0005

Official name : Compass Informatics Ltd
Size of the economic operator : Micro, small, or medium
Registration number : 263347
Postal address : Block 8 Blackrock Business Park
Town : Blackrock
Postcode : A94W209
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0035312104580
Internet address : https://compass.ie/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0010

8.1 ORG-0006

Official name : RPS Consulting Engineers Ltd.
Size of the economic operator : Micro, small, or medium
Registration number : E161581
Postal address : West Pier Business Campus
Town : Dublin
Postcode : A96 N6T7
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +35314882900
Internet address : http://www.rpsgroup.com/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002 LOT-0003 LOT-0004 LOT-0005 LOT-0007 LOT-0010

8.1 ORG-0007

Official name : Environmental Resources Management Ireland Ltd
Size of the economic operator : Micro, small, or medium
Registration number : 300237
Postal address : D5 Nutgrove Office Park, Dublin 14, D14 X343, Ireland
Town : Dublin
Postcode : D14 X343
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 087 158 9272
Internet address : www.erm.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003 LOT-0008 LOT-0009 LOT-0010

8.1 ORG-0008

Official name : Ayesa (formerly ByrneLooby)
Size of the economic operator : Micro, small, or medium
Registration number : 537073
Postal address : H5 Centrepoint Business Pk, Oak Rd
Town : Dublin
Postcode : D12 VW27
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 4564370
Internet address : https://www.ayesaeng.com/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0005

8.1 ORG-0009

Official name : McCarthy Browne Consulting Engineers Ltd.
Size of the economic operator : Micro, small, or medium
Registration number : 668170
Postal address : 1B Sycamore House
Town : Naas
Postcode : W91XDX5
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0866066835
Internet address : www.mccarthybrowne.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0005

8.1 ORG-0010

Official name : MacCabe Durney Barnes_19155
Size of the economic operator : Micro, small, or medium
Registration number : IE574100
Town : Dublin
Postcode : D02YV58
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0007

8.1 ORG-0011

Official name : Marine and Risk Consultants Ltd (Marico Marine)
Size of the economic operator : Micro, small, or medium
Registration number : 03767859
Town : Hampshire
Postcode : SO437JB
Country : United Kingdom
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0006

8.1 ORG-0012

Official name : Envirico
Size of the economic operator : Micro, small, or medium
Registration number : 598399
Postal address : Bonnettstown
Town : Kilkenny
Postcode : R95V2T4
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0567801277
Internet address : www.envirico.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0004

8.1 ORG-0013

Official name : TechWorks Marine_11125
Size of the economic operator : Micro, small, or medium
Registration number : TechWorks Marine
Postal address : TechWorks Marine Ltd,
Town : Dublin
Postcode : A96K571
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0035312365990
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0009

8.1 ORG-0014

Official name : Janine Guinan_108398
Size of the economic operator : Micro, small, or medium
Registration number : 7318205C
Town : Galway
Postcode : H91YH5N
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003 LOT-0009

8.1 ORG-0015

Official name : RMLA limited
Size of the economic operator : Micro, small, or medium
Registration number : IE720031
Town : Dublin
Postcode : D09PH04
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0007

8.1 ORG-0016

Official name : Offshore Wind Consultants Ireland Limited
Size of the economic operator : Micro, small, or medium
Registration number : 703087
Postal address : Building 1000
Town : Cork
Postcode : T12 W7CV
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353852203299
Internet address : https://owcltd.com/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0005 LOT-0006 LOT-0009

8.1 ORG-0017

Official name : Turner and Townsend Ltd
Size of the economic operator : Micro, small, or medium
Registration number : 102886
Postal address : 1st Floor, 1GQ George's Quay Dublin 2
Town : Dublin
Postcode : D02 Y098
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 35314003300
Internet address : www.turnerandtownsend.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0010

8.1 ORG-0018

Official name : Wood Group Kenny Ireland Limited
Size of the economic operator : Micro, small, or medium
Registration number : IE058789
Town : Galway
Postcode : H91R9YR
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0005

8.1 ORG-0019

Official name : Southern Scientific Services Ltd
Size of the economic operator : Micro, small, or medium
Registration number : 323196
Town : Kerry
Postcode : V93E220
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0008

8.1 ORG-0020

Official name : ABPmer
Size of the economic operator : Micro, small, or medium
Registration number : 01956748
Town : London
Postcode : S0142AQ
Country : United Kingdom
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0006 LOT-0008 LOT-0009 LOT-0010

8.1 ORG-0021

Official name : Roughan and O'Donovan _20818
Size of the economic operator : Micro, small, or medium
Registration number : 223146
Town : Dublin
Postcode : D18V8P6
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0004 LOT-0007

8.1 ORG-0022

Official name : APEM Limited
Size of the economic operator : Large
Registration number : 11768489
Town : Stockport
Postcode : Sk43GN
Country : United Kingdom
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0006 LOT-0008

8.1 ORG-0023

Official name : Xodus Group
Size of the economic operator : Large
Registration number : SC286421
Town : Aberdeen
Postcode : AB116DA
Country : United Kingdom
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0004 LOT-0005

8.1 ORG-0024

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-0025

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 : 433ce4e1-882d-4173-b329-0c81d17249c3 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 15/08/2025 13:25 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00540633-2025
OJ S issue number : 157/2025
Publication date : 19/08/2025