Call-for-Tenders under accelerated open procedure for the supply, delivery commissioning and calibration of 3 Autonomous Underwater Vehicles

University College Cork is seeking to procure 3 micro-sized Autonomous Underwater Vehicles (AUVs) capable of deployment from shore or vessel, and operable across a depth range of 1 to 300 meters. These AUVs will be used for high-resolution seafloor imaging, magnetic anomaly detection, and bathymetric mapping. The required payloads should …

CPV: 34511100 Patrulleringsfartyg, 34930000 Marin utrustning, 35512400 Obemannade undervattensfarkoster (UUV)
Plats för avrättning:
Call-for-Tenders under accelerated open procedure for the supply, delivery commissioning and calibration of 3 Autonomous Underwater Vehicles
Plats för tilldelning:
University College Cork
Tilldelningsnummer:
0

1. Buyer

1.1 Buyer

Official name : University College Cork
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Call-for-Tenders under accelerated open procedure for the supply, delivery commissioning and calibration of 3 Autonomous Underwater Vehicles
Description : University College Cork is seeking to procure 3 micro-sized Autonomous Underwater Vehicles (AUVs) capable of deployment from shore or vessel, and operable across a depth range of 1 to 300 meters. These AUVs will be used for high-resolution seafloor imaging, magnetic anomaly detection, and bathymetric mapping. The required payloads should include a high-quality underwater camera with integrated lighting, a fluxgate magnetometer, and a 3D side-scan sonar system. Accurate underwater positioning is essential, with systems offering absolute positioning accuracy of less than 5 meters via USBL acoustic tracking. The AUVs must be supplied with a complete USBL surface positioning system, spare parts, rugged transport cases, and mission planning software. Comprehensive aftersales support is required, including a minimum one-year warranty, training for operators, and access to maintenance tools and documentation. The supplier must also provide assistance with any export licensing and logistics. The proposed solution should be equipped with DVL and USBL modems, and have handheld recovery units and software for mission control and data retrieval. A handheld communication unit must be provide with an antenna that can communicate with the AUV up to 5 km.
Procedure identifier : f13b6fa5-a2f9-41e9-b5a8-9a6a0d7284a4
Previous notice : b76f1ae2-3da6-411c-b88f-3ba508bed3c7-01
Type of procedure : Open
The procedure is accelerated : yes

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34511100 Marine patrol vessels
Additional classification ( cpv ): 34930000 Marine equipment
Additional classification ( cpv ): 35512400 Unmanned underwater vehicles

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 245 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Call-for-Tenders under accelerated open procedure for the supply, delivery commissioning and calibration of 3 Autonomous Underwater Vehicles
Description : University College Cork is seeking to procure 3 micro-sized Autonomous Underwater Vehicles (AUVs) capable of deployment from shore or vessel, and operable across a depth range of 1 to 300 meters. These AUVs will be used for high-resolution seafloor imaging, magnetic anomaly detection, and bathymetric mapping. The required payloads should include a high-quality underwater camera with integrated lighting, a fluxgate magnetometer, and a 3D side-scan sonar system. Accurate underwater positioning is essential, with systems offering absolute positioning accuracy of less than 5 meters via USBL acoustic tracking. The AUVs must be supplied with a complete USBL surface positioning system, spare parts, rugged transport cases, and mission planning software. Comprehensive aftersales support is required, including a minimum one-year warranty, training for operators, and access to maintenance tools and documentation. The supplier must also provide assistance with any export licensing and logistics. The proposed solution should be equipped with DVL and USBL modems, and have handheld recovery units and software for mission control and data retrieval. A handheld communication unit must be provide with an antenna that can communicate with the AUV up to 5 km.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34511100 Marine patrol vessels
Additional classification ( cpv ): 34930000 Marine equipment
Additional classification ( cpv ): 35512400 Unmanned underwater vehicles

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.5 Value

Estimated value excluding VAT : 245 000 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 : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Ultimate Cost
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Description : Technical Merit
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Description : Quality and Health and Safety
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Description : Delivery Plan
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Description : Warranty/Spare Parts, After-Sales and Training Support
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Description : Energy and Environmental
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5

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 : University College Cork
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

Value of all contracts awarded in this notice : 243 167 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : SEABER
Tender :
Tender identifier : 000123580
Identifier of lot or group of lots : LOT-0001
Value of the tender : 243 167 Euro
Subcontracting : No
Contract information :
Identifier of the contract : 429952
Date on which the winner was chosen : 18/08/2025
Date of the conclusion of the contract : 23/10/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : University College Cork
Registration number : IE0006286E
Postal address : University College Cork, 6 Elderwood, College Road
Town : Cork
Postcode : T12 VH39
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 21 4903514
Internet address : https://www.ucc.ie
Buyer profile : https://www.ucc.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : SEABER
Size of the economic operator : Small
Registration number : 883 598 443
Postal address : 29 Cours de Chazelles
Town : Lorient
Postcode : 56100
Country subdivision (NUTS) : Morbihan ( FRH04 )
Country : France
Telephone : +33755649999
Internet address : https://seaber.fr/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

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-0004

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 : 25160f9b-205d-4faa-962d-5159db39715b - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 23/10/2025 15:11 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00707385-2025
OJ S issue number : 206/2025
Publication date : 27/10/2025