Offshore Geophysical Surveys Qualification System

The Contracting Entity intends to procure the scope of services pertaining to the offshore geophysical survey for the development of its offshore wind farm(OWF) project(s) in Ireland and UK. The scope of services are intended to provide all significant seabed and sub-seabed information to assist in the OWF design phase …

CPV: 76520000 Storitve na morju
Kraj izvršitve:
Offshore Geophysical Surveys Qualification System
Organ za podeljevanje:
Electricity Supply Board (ESB)
Številka dodelitve:
GWM 11182

1. Buyer

1.1 Buyer

Official name : Electricity Supply Board (ESB)
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Offshore Geophysical Surveys Qualification System
Description : The Contracting Entity intends to procure the scope of services pertaining to the offshore geophysical survey for the development of its offshore wind farm(OWF) project(s) in Ireland and UK. The scope of services are intended to provide all significant seabed and sub-seabed information to assist in the OWF design phase and subsequent turbine and cable installation of the project.
Procedure identifier : 5533ef3f-c7c6-4f81-bb05-a14224077ea1
Internal identifier : GWM 11182

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 76520000 Offshore services

2.1.2 Place of performance

Anywhere

2.1.4 General information

Additional information : 1) It is our intention to use the Irish Government Procurement portal ( www.etenders.gov.ie ) for this competition. Access to this Portal is free of charge. Interested parties must formally register their expression of interest for this competition on eTenders before they can gain access to the PQQ documentation. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. CFT 3456806, has now been established on the new eTenders portal. Any queries about the new eTenders registration process should be sent to the eTenders help desk - irish-eproc-helpdesk@eurodyn.com . The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties. 2) This is the sole call for competition for this service. 3) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. 4) Contract award will be subject to the approval of the competent authorities. 5) It will be a condition of award that candidates are tax compliant. 6) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract under the framework agreement, the contracting entity reserves the right to invite the next highest scoring tenderer to join the framework agreement and/or deliver the contract as appropriate to the circumstances pertaining to the framework. 7) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time. 8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words ‘or equivalent’ will always be appended. 9) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition. 10) At Section II.2.9 we have indicated that 5 to be reviewed on a case-by-case basis will be invited to tender, please note that the contracting entity reserves the right to invite at least 5 to be reviewed on a case-by-case basis subject to that number qualifying.
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-0000

Title : Offshore Geophysical Surveys Qualification System
Description : The contracting entity intends to procure the scope of services pertaining to the offshore geophysical survey for the development of its offshore wind farm (OWF) project(s) in Ireland and UK. The scope of services are intended to provide all significant seabed and sub-seabed information to assist in the OWF design phase and subsequent turbine and cable installation of the project.
Internal identifier : Offshore Geophysical Surveys Qualification System

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 76520000 Offshore services
Additional classification ( cpv ): 76520000 Offshore services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Start date : 29/04/2024
Duration end date : 29/04/2032

5.1.4 Renewal

Maximum renewals : 0

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

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Quality is not the only award criteria. All Criteria are stated only in the procurement documents.
Criterion :
Type : Cost
Description : Cost is not the only award criteria. All Criteria are stated only in the procurement documents.

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic payment will be used : yes

5.1.16 Further information, mediation and review

Review organisation : Chief Registrar
Organisation providing additional information about the procurement procedure : Electricity Supply Board (ESB)
Organisation receiving requests to participate : Electricity Supply Board (ESB)

8. Organisations

8.1 ORG-0001

Official name : Electricity Supply Board (ESB)
Registration number : ESB
Department : ESB
Postal address : 27 Fitzwilliam Street
Town : Dublin 2
Postcode : D02KT92
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Contact point : Aoife Trihy
Telephone : +353 16765831
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Chief Registrar
Registration number : Chief Registrar
Postal address : Four Courts, Inns Quay
Town : Dublin 7
Postcode : D01KT92
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 18886000
Roles of this organisation :
Review organisation

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

10. Change

Version of the previous notice to be changed : 256299-2024
Main reason for change : Information updated

10.1 Change

Section identifier : LOT-0000

Notice information

Notice identifier/version : c0b1c0bb-c7a9-4b36-bc6d-dc4b58e437f3 - 01
Form type : Competition
Notice type : Notice on the existence of a qualification system
Notice dispatch date : 22/09/2025 15:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00628092-2025
OJ S issue number : 184/2025
Publication date : 25/09/2025