Multi Party Framework for Marine Site Investigation Consultancy Services

The marine site investigation works are required for design work proposed for future development at Dublin Port comprising the construction of new quays and jetties, land reclamation works and capital dredging. The works required will include, but are not limited to the following: • Bathometry /hydrographic (bed level survey) • …

CPV: 71510000 Storitve raziskave lokacije, 71500000 Storitve, povezane z gradbeništvom
Kraj izvršitve:
Multi Party Framework for Marine Site Investigation Consultancy Services
Organ za podeljevanje:
Dublin Port Company_411
Številka dodelitve:
0

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Multi Party Framework for Marine Site Investigation Consultancy Services
Description : The marine site investigation works are required for design work proposed for future development at Dublin Port comprising the construction of new quays and jetties, land reclamation works and capital dredging. The works required will include, but are not limited to the following: • Bathometry /hydrographic (bed level survey) • Grab Sampling Silt deposits • Boreholes (barge access) o Similar testing and sampling • Geophysical surveys o Seismic Reflection o Seismic Refraction o Unexploded ordinance (UXO) survey Candidates should note this list is non-exhaustive and the successful tenderer may have to provide other planning consultancy services as requested by DPC during the Framework. DPC is seeking only those candidates capable of delivering all of the services listed above, whether in-house or as a grouping/consortium. Applications relating to one or several of these disciplines and/or skills only will be rejected.
Procedure identifier : d102d845-e195-41da-b224-87776be18fc6
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71510000 Site-investigation services
Additional classification ( cpv ): 71500000 Construction-related services

2.1.2 Place of performance

Postal address : Port Centre DUBLIN D01 H4C6 CO DUBLIN
Town : Dublin
Postcode : D01H4C6
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Euro
Maximum value of the framework agreement : 6 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Multi Party Framework for Marine Site Investigation Consultancy Services
Description : The marine site investigation works are required for design work proposed for future development at Dublin Port comprising the construction of new quays and jetties, land reclamation works and capital dredging. The works required will include, but are not limited to the following: • Bathometry /hydrographic (bed level survey) • Grab Sampling Silt deposits • Boreholes (barge access) o Similar testing and sampling • Geophysical surveys o Seismic Reflection o Seismic Refraction o Unexploded ordinance (UXO) survey Candidates should note this list is non-exhaustive and the successful tenderer may have to provide other planning consultancy services as requested by DPC during the Framework. DPC is seeking only those candidates capable of delivering all of the services listed above, whether in-house or as a grouping/consortium. Applications relating to one or several of these disciplines and/or skills only will be rejected.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71510000 Site-investigation services
Additional classification ( cpv ): 71500000 Construction-related services
Options :
Description of the options : Subject always to the terms of the Framework, DPC intend that the Framework will be for four (4) years, with the option to extend for two (2) years, subject to a maximum of six (6) years, subject to satisfactory performance, business needs and budgetary constraints.

5.1.2 Place of performance

Postal address : Port Centre DUBLIN D01 H4C6 CO DUBLIN Port Centre DUBLIN D01 H4C6 CO DUBLIN
Town : Dublin
Postcode : D01 H4C6
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.4 Renewal

Maximum renewals : 1

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 20/10/2025 12:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 31/10/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See Procurement Documents
Legal form that must be taken by a group of tenderers that is awarded a contract : Contracting Entity
Financial arrangement : See Procurement Document

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing additional information about the procurement procedure : Dublin Port Company_411
Organisation providing offline access to the procurement documents : Dublin Port Company_411
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Dublin Port Company_411
Organisation processing tenders : Dublin Port Company_411

8. Organisations

8.1 ORG-0001

Official name : Dublin Port Company_411
Registration number : 262367
Postal address : Port Centre, Alexandra Road, Dublin 1
Town : Dublin
Postcode : D01 H4C6
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 (0)1 8876000
Internet address : www.dublinport.ie
Buyer profile : www.dublinport.ie
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 02e0b317-62cf-4d69-89a2-ab7e2fb8d058 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/10/2025 11:15 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00644897-2025
OJ S issue number : 189/2025
Publication date : 02/10/2025