Framework for Engineering and Environmental Consultancy Services

IFI NBMP is establishing a multi-operator Framework Agreement(s) for the procurement of Engineering and Environmental Consultancy Services. The Framework Agreement(s) will establish the terms governing contracts to be awarded during the specified time period, with regards to price and capability to provide the service required. The Framework(s) will be for …

CPV: 71530000 Storitve gradbenega svetovanja, 71322000 Storitve gradbenega projektiranja za objekte nizke gradnje, 71311000 Storitve svetovanja pri nizkih gradnjah, 71312000 Storitve svetovanja pri visokih gradnjah, 71351810 Topografske storitve, 90711400 Storitve ocene okoljskega učinka (EIA), razen za gradbeništvo, 90700000 Okoljske storitve, 71313000 Storitve svetovanja na področju okoljske tehnike, 71317200 Storitve na področju zdravja in varnosti
Kraj izvršitve:
Framework for Engineering and Environmental Consultancy Services
Organ za podeljevanje:
Inland Fisheries Ireland
Številka dodelitve:
1

1. Buyer

1.1 Buyer

Official name : Inland Fisheries Ireland
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Environmental protection

2. Procedure

2.1 Procedure

Title : Framework for Engineering and Environmental Consultancy Services
Description : IFI NBMP is establishing a multi-operator Framework Agreement(s) for the procurement of Engineering and Environmental Consultancy Services. The Framework Agreement(s) will establish the terms governing contracts to be awarded during the specified time period, with regards to price and capability to provide the service required. The Framework(s) will be for Engineering Consultancy and Design Services as outlined below; • Lot 1 – Civil/Structural Engineering Services • Lot 2 – Hydrology and Hydraulic Engineering Services • Lot 3 – Environmental Services • Lot 4 – Project Supervisor Design Process (PSDP) Services • Lot 5 – Geospatial Surveying Services • Lot 6 – Integrated Consultancy Services
Procedure identifier : 391055bf-5c5b-4a99-a6ca-6d0089298394
Previous notice : a3fba476-658b-4a22-b7ec-e04e953fab66-01
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71351810 Topographical services
Additional classification ( cpv ): 90711400 Environmental Impact Assessment (EIA) services other than for construction
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71317200 Health and safety services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Euro
Maximum value of the framework agreement : 5 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Civil/Structural Engineering Services
Description : IFI NBMP is establishing a multi-operator Framework Agreement(s) for the procurement of Engineering and Environmental Consultancy Services. The Framework Agreement(s) will establish the terms governing contracts to be awarded during the specified time period, with regards to price and capability to provide the service required. The Framework(s) will be for Engineering Consultancy and Design Services as outlined below; • Lot 1 – Civil/Structural Engineering Services • Lot 2 – Hydrology and Hydraulic Engineering Services • Lot 3 – Environmental Services • Lot 4 – Project Supervisor Design Process (PSDP) Services • Lot 5 – Geospatial Surveying Services • Lot 6 – Integrated Consultancy Services
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71351810 Topographical services
Additional classification ( cpv ): 90711400 Environmental Impact Assessment (EIA) services other than for construction
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71317200 Health and safety services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 5 000 000 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 : Reduction of environmental impacts
Description : Mitigation of barriers to fish migration
Approach to reducing environmental impacts : The protection and restoration of biodiversity and ecosystems
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Most Economically Advantageous Tender Qualitative criteria and Price in the ratio of 70/30
Description of the method to be used if weighting cannot be expressed by criteria : Most Economically Advantageous Tender Qualitative criteria and Price in the ratio of 70/30

5.1.15 Techniques

Framework agreement :
Framework agreement, without 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 : Inland Fisheries Ireland
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Inland Fisheries Ireland

5.1 Lot technical ID : LOT-0002

Title : Hydrology and Hydraulic Engineering Services
Description : IFI NBMP is establishing a multi-operator Framework Agreement(s) for the procurement of Engineering and Environmental Consultancy Services. The Framework Agreement(s) will establish the terms governing contracts to be awarded during the specified time period, with regards to price and capability to provide the service required. The Framework(s) will be for Engineering Consultancy and Design Services as outlined below; • Lot 1 – Civil/Structural Engineering Services • Lot 2 – Hydrology and Hydraulic Engineering Services • Lot 3 – Environmental Services • Lot 4 – Project Supervisor Design Process (PSDP) Services • Lot 5 – Geospatial Surveying Services • Lot 6 – Integrated Consultancy Services
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71351810 Topographical services
Additional classification ( cpv ): 90711400 Environmental Impact Assessment (EIA) services other than for construction
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71317200 Health and safety services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 5 000 000 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 : Reduction of environmental impacts
Description : Mitigation of barriers to fish migration
Approach to reducing environmental impacts : The protection and restoration of biodiversity and ecosystems
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Most Economically Advantageous Tender Qualitative criteria and Price in the ratio of 70/30
Description of the method to be used if weighting cannot be expressed by criteria : Most Economically Advantageous Tender Qualitative criteria and Price in the ratio of 70/30

5.1.15 Techniques

Framework agreement :
Framework agreement, without 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 : Inland Fisheries Ireland
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Inland Fisheries Ireland

5.1 Lot technical ID : LOT-0003

Title : Environmental Services
Description : IFI NBMP is establishing a multi-operator Framework Agreement(s) for the procurement of Engineering and Environmental Consultancy Services. The Framework Agreement(s) will establish the terms governing contracts to be awarded during the specified time period, with regards to price and capability to provide the service required. The Framework(s) will be for Engineering Consultancy and Design Services as outlined below; • Lot 1 – Civil/Structural Engineering Services • Lot 2 – Hydrology and Hydraulic Engineering Services • Lot 3 – Environmental Services • Lot 4 – Project Supervisor Design Process (PSDP) Services • Lot 5 – Geospatial Surveying Services • Lot 6 – Integrated Consultancy Services
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71351810 Topographical services
Additional classification ( cpv ): 90711400 Environmental Impact Assessment (EIA) services other than for construction
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71317200 Health and safety services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 5 000 000 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 : Reduction of environmental impacts
Description : Mitigation of barriers to fish migration
Approach to reducing environmental impacts : The protection and restoration of biodiversity and ecosystems
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Most Economically Advantageous Tender Qualitative criteria and Price in the ratio of 70/30
Description of the method to be used if weighting cannot be expressed by criteria : Most Economically Advantageous Tender Qualitative criteria and Price in the ratio of 70/30

5.1.15 Techniques

Framework agreement :
Framework agreement, without 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 : Inland Fisheries Ireland
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Inland Fisheries Ireland

5.1 Lot technical ID : LOT-0004

Title : Project Supervisor Design Process (PSDP) Services
Description : IFI NBMP is establishing a multi-operator Framework Agreement(s) for the procurement of Engineering and Environmental Consultancy Services. The Framework Agreement(s) will establish the terms governing contracts to be awarded during the specified time period, with regards to price and capability to provide the service required. The Framework(s) will be for Engineering Consultancy and Design Services as outlined below; • Lot 1 – Civil/Structural Engineering Services • Lot 2 – Hydrology and Hydraulic Engineering Services • Lot 3 – Environmental Services • Lot 4 – Project Supervisor Design Process (PSDP) Services • Lot 5 – Geospatial Surveying Services • Lot 6 – Integrated Consultancy Services
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71351810 Topographical services
Additional classification ( cpv ): 90711400 Environmental Impact Assessment (EIA) services other than for construction
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71317200 Health and safety services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 5 000 000 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 : Reduction of environmental impacts
Description : Mitigation of barriers to fish migration
Approach to reducing environmental impacts : The protection and restoration of biodiversity and ecosystems
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Most Economically Advantageous Tender Qualitative criteria and Price in the ratio of 70/30
Description of the method to be used if weighting cannot be expressed by criteria : Most Economically Advantageous Tender Qualitative criteria and Price in the ratio of 70/30

5.1.15 Techniques

Framework agreement :
Framework agreement, without 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 : Inland Fisheries Ireland
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Inland Fisheries Ireland

5.1 Lot technical ID : LOT-0005

Title : Geospatial Surveying Services
Description : IFI NBMP is establishing a multi-operator Framework Agreement(s) for the procurement of Engineering and Environmental Consultancy Services. The Framework Agreement(s) will establish the terms governing contracts to be awarded during the specified time period, with regards to price and capability to provide the service required. The Framework(s) will be for Engineering Consultancy and Design Services as outlined below; • Lot 1 – Civil/Structural Engineering Services • Lot 2 – Hydrology and Hydraulic Engineering Services • Lot 3 – Environmental Services • Lot 4 – Project Supervisor Design Process (PSDP) Services • Lot 5 – Geospatial Surveying Services • Lot 6 – Integrated Consultancy Services
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71351810 Topographical services
Additional classification ( cpv ): 90711400 Environmental Impact Assessment (EIA) services other than for construction
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71317200 Health and safety services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 5 000 000 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 : Reduction of environmental impacts
Description : Mitigation of barriers to fish migration
Approach to reducing environmental impacts : The protection and restoration of biodiversity and ecosystems
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Most Economically Advantageous Tender Qualitative criteria and Price in the ratio of 70/30
Description of the method to be used if weighting cannot be expressed by criteria : Most Economically Advantageous Tender Qualitative criteria and Price in the ratio of 70/30

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
Organisation providing offline access to the procurement documents : Inland Fisheries Ireland
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Inland Fisheries Ireland

5.1 Lot technical ID : LOT-0006

Title : Integrated Consultancy Services
Description : IFI NBMP is establishing a multi-operator Framework Agreement(s) for the procurement of Engineering and Environmental Consultancy Services. The Framework Agreement(s) will establish the terms governing contracts to be awarded during the specified time period, with regards to price and capability to provide the service required. The Framework(s) will be for Engineering Consultancy and Design Services as outlined below; • Lot 1 – Civil/Structural Engineering Services • Lot 2 – Hydrology and Hydraulic Engineering Services • Lot 3 – Environmental Services • Lot 4 – Project Supervisor Design Process (PSDP) Services • Lot 5 – Geospatial Surveying Services • Lot 6 – Integrated Consultancy Services
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71351810 Topographical services
Additional classification ( cpv ): 90711400 Environmental Impact Assessment (EIA) services other than for construction
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71317200 Health and safety services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 5 000 000 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 : Reduction of environmental impacts
Description : Mitigation of barriers to fish migration
Approach to reducing environmental impacts : The protection and restoration of biodiversity and ecosystems
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Most Economically Advantageous Tender Qualitative criteria and Price in the ratio of 70/30
Description of the method to be used if weighting cannot be expressed by criteria : Most Economically Advantageous Tender Qualitative criteria and Price in the ratio of 70/30

5.1.15 Techniques

Framework agreement :
Framework agreement, without 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 : Inland Fisheries Ireland
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Inland Fisheries Ireland

6. Results

Maximum value of the framework agreements in this notice : 5 000 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 5 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : JBA Consulting Engineers and Scientists
Tender :
Tender identifier : 000103643
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428379
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : MKO - McCarthy Keville O'Sullivan Ltd
Tender :
Tender identifier : 000103220
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428384
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : TOBIN Consulting Engineers_37955
Tender :
Tender identifier : 000103669
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428382
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Gavin and Doherty Geosolutions_104985
Tender :
Tender identifier : 000103659
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428386
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Ryan Hanley_63567
Tender :
Tender identifier : 000103674
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428377
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Langan Consulting Engineers Ltd
Tender :
Tender identifier : 000103683
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428380
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : AtkinsRéalis_10323
Tender :
Tender identifier : 000103653
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428381
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Mark Murphy Consultancy Ltd
Tender :
Tender identifier : 000103502
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428385
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Clandillon Civil Consulting
Tender :
Tender identifier : 000103630
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428378
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Arup _4744
Tender :
Tender identifier : 000103454
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428383
Date of the conclusion of the contract : 31/07/2025

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 : 12

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 5 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : JBA Consulting Engineers and Scientists
Tender :
Tender identifier : 000103643
Identifier of lot or group of lots : LOT-0002
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428389
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : TOBIN Consulting Engineers_37955
Tender :
Tender identifier : 000103669
Identifier of lot or group of lots : LOT-0002
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428394
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Ayesa (formerly ByrneLooby)
Tender :
Tender identifier : 000103457
Identifier of lot or group of lots : LOT-0002
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428395
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : RPS Ireland Ltd
Tender :
Tender identifier : 000103645
Identifier of lot or group of lots : LOT-0002
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428388
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Ryan Hanley_63567
Tender :
Tender identifier : 000103674
Identifier of lot or group of lots : LOT-0002
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428387
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Langan Consulting Engineers Ltd
Tender :
Tender identifier : 000103683
Identifier of lot or group of lots : LOT-0002
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428390
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : AtkinsRéalis_10323
Tender :
Tender identifier : 000103653
Identifier of lot or group of lots : LOT-0002
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428391
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Clandillon Civil Consulting
Tender :
Tender identifier : 000103630
Identifier of lot or group of lots : LOT-0002
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428392
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : McCloy Consulting Ltd
Tender :
Tender identifier : 000098646
Identifier of lot or group of lots : LOT-0002
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428393
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Arup _4744
Tender :
Tender identifier : 000103454
Identifier of lot or group of lots : LOT-0002
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428396
Date of the conclusion of the contract : 31/07/2025

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 : 12

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 5 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : JBA Consulting Engineers and Scientists
Tender :
Tender identifier : 000103643
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428399
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : MKO - McCarthy Keville O'Sullivan Ltd
Tender :
Tender identifier : 000103220
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428405
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : TOBIN Consulting Engineers_37955
Tender :
Tender identifier : 000103669
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428404
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Gavin and Doherty Geosolutions_104985
Tender :
Tender identifier : 000103659
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428401
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : RPS Ireland Ltd
Tender :
Tender identifier : 000103645
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428397
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Ryan Hanley_63567
Tender :
Tender identifier : 000103674
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428398
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : AtkinsRéalis_10323
Tender :
Tender identifier : 000103653
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428400
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Southern Scientific Services Ltd
Tender :
Tender identifier : 000103566
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428403
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Cbec Eco-Engineering Ltd
Tender :
Tender identifier : 000103636
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428406
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Arup _4744
Tender :
Tender identifier : 000103454
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428402
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : APEM Limited
Tender :
Tender identifier : 000103676
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428407
Date of the conclusion of the contract : 31/07/2025

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 : 11

6.1 Result lot ldentifier : LOT-0004

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 5 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : JBA Consulting Engineers and Scientists
Tender :
Tender identifier : 000103643
Identifier of lot or group of lots : LOT-0004
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428412
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : TOBIN Consulting Engineers_37955
Tender :
Tender identifier : 000103669
Identifier of lot or group of lots : LOT-0004
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428408
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : McCarthy Browne Consulting Engineers Ltd.
Tender :
Tender identifier : 000103682
Identifier of lot or group of lots : LOT-0004
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428414
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Ryan Hanley_63567
Tender :
Tender identifier : 000103674
Identifier of lot or group of lots : LOT-0004
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428409
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : AtkinsRéalis_10323
Tender :
Tender identifier : 000103653
Identifier of lot or group of lots : LOT-0004
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428411
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Cbec Eco-Engineering Ltd
Tender :
Tender identifier : 000103636
Identifier of lot or group of lots : LOT-0004
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428410
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Arup _4744
Tender :
Tender identifier : 000103454
Identifier of lot or group of lots : LOT-0004
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428413
Date of the conclusion of the contract : 31/07/2025

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 : 7

6.1 Result lot ldentifier : LOT-0005

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

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 : 2

6.1 Result lot ldentifier : LOT-0006

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 5 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : JBA Consulting Engineers and Scientists
Tender :
Tender identifier : 000103643
Identifier of lot or group of lots : LOT-0006
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428421
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : MKO - McCarthy Keville O'Sullivan Ltd
Tender :
Tender identifier : 000103220
Identifier of lot or group of lots : LOT-0006
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428423
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : TOBIN Consulting Engineers_37955
Tender :
Tender identifier : 000103669
Identifier of lot or group of lots : LOT-0006
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428422
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Ryan Hanley_63567
Tender :
Tender identifier : 000103674
Identifier of lot or group of lots : LOT-0006
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428416
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Langan Consulting Engineers Ltd
Tender :
Tender identifier : 000103683
Identifier of lot or group of lots : LOT-0006
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428417
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : AtkinsRéalis_10323
Tender :
Tender identifier : 000103653
Identifier of lot or group of lots : LOT-0006
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428418
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Cbec Eco-Engineering Ltd
Tender :
Tender identifier : 000103636
Identifier of lot or group of lots : LOT-0006
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428424
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Clandillon Civil Consulting
Tender :
Tender identifier : 000103630
Identifier of lot or group of lots : LOT-0006
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428420
Date of the conclusion of the contract : 31/07/2025
Winner :
Official name : Arup _4744
Tender :
Tender identifier : 000103454
Identifier of lot or group of lots : LOT-0006
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 428419
Date of the conclusion of the contract : 31/07/2025

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

8. Organisations

8.1 ORG-0001

Official name : Inland Fisheries Ireland
Registration number : 9750076W
Postal address : 3044 Lake Drive, Citywest Business Campus, Dublin D24 CK66
Town : Dublin
Postcode : D24 CK66
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 18842600
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation executing the payment

8.1 ORG-0002

Official name : JBA Consulting Engineers and Scientists
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : 444752
Postal address : Unit 24, Grove Island, Corbally
Town : Limerick
Postcode : V94 312N
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 061579400
Internet address : www.jbaconsulting.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0004 LOT-0006

8.1 ORG-0003

Official name : MKO - McCarthy Keville O'Sullivan Ltd
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
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-0001 LOT-0003 LOT-0006

8.1 ORG-0004

Official name : TOBIN Consulting Engineers_37955
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : IE8D22574O
Town : Galway
Postcode : H91 AXK8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0004 LOT-0006

8.1 ORG-0005

Official name : Gavin and Doherty Geosolutions_104985
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : 489711
Postal address : Unit A2 Nutgrove Office Park Rathfarnham
Town : Dublin
Postcode : D14 X627
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 (0) 1 207 1000
Internet address : www.gdgeo.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0003

8.1 ORG-0006

Official name : Ayesa (formerly ByrneLooby)
Size of the economic operator : Large
The organisation is a natural person
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-0002

8.1 ORG-0007

Official name : McCarthy Browne Consulting Engineers Ltd.
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
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-0004

8.1 ORG-0008

Official name : RPS Ireland Ltd
Size of the economic operator : Large
The organisation is a natural person
Registration number : NI20604
Postal address : 74 Boucher Road
Town : Belfast
Postcode : BT12 7RZ
Country : United Kingdom
Telephone : 02890667914
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002 LOT-0003

8.1 ORG-0009

Official name : Ryan Hanley_63567
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : 377118
Postal address : 1 Galway Business Park, Upper Newcastle Road, Dangan,
Town : Galway
Postcode : H91A3EF
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 091 587116
Internet address : www.ryanhanley.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0004 LOT-0006

8.1 ORG-0010

Official name : Langan Consulting Engineers Ltd
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : 584637
Postal address : Leeson Enterprise Centre, Altamont Street
Town : Westport
Postcode : F28 ET85
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0877528791
Internet address : www.langaneng.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0006

8.1 ORG-0011

Official name : AtkinsRéalis_10323
Size of the economic operator : Large
The organisation is a natural person
Registration number : 222745
Postal address : AtkinsRéalis House, 150 Airside Business Park, Swords, Co. Dublin
Town : Swords
Postcode : K67 K5W4
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 353 1 810 8104
Internet address : www.atkinsrealis.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0004 LOT-0006

8.1 ORG-0012

Official name : Mark Murphy Consultancy Ltd
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : IE 9760613 F
Postal address : 18, Dealg Bán
Town : Ladysbridge
Postcode : P25WN72
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0879135102
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0013

Official name : Southern Scientific Services Ltd
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : IE6343196M
Town : Farranfore
Postcode : V93 E220
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003

8.1 ORG-0014

Official name : Cbec Eco-Engineering Ltd
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : 3945633QH
Postal address : Suite MF04
Town : Dublin
Postcode : 12
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353860866679
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003 LOT-0004 LOT-0006

8.1 ORG-0015

Official name : Clandillon Civil Consulting
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : 540893
Postal address : Osprey Business Park, Devoy Quarter
Town : Naas
Postcode : W12 W090
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +3545254227
Internet address : www.c3.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0006

8.1 ORG-0016

Official name : McCloy Consulting Ltd
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : 3480982FH
Postal address : Unit 12, The Beat Centre, Stephenstown Industrial Estate,
Town : Balbriggan,
Postcode : K32 K497
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0 1 5138963
Internet address : www.mccloyconsulting.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0017

Official name : Arup _4744
Size of the economic operator : Large
The organisation is a natural person
Registration number : 8F53787S
Town : Limerick
Postcode : V94 F8XE
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0004 LOT-0006

8.1 ORG-0018

Official name : APEM Limited
Size of the economic operator : Large
The organisation is a natural person
Registration number : 9773384O
Town : Ballisdare
Postcode : F91 PE04
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003

8.1 ORG-0019

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-0020

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 : 0f7141ec-2f91-4e4d-9aeb-57b3af823852 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 24/09/2025 10:46 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00627836-2025
OJ S issue number : 184/2025
Publication date : 25/09/2025