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 Usługi inżynieryjne, 73000000 Usługi badawcze i eksperymentalno-rozwojowe oraz pokrewne usługi doradcze, 77800000 Usługi hydroponiczne, 90700000 Usługi środowiska naturalnego
Termin:
17 lutego 2025 12:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Multi Supplier Framework Agreement for the provision of Environmental, Engineering, and related Technical Expertise to the Maritime Area Regulatory Authority (MARA)
Miejsce udzielenia zamówienia:
Maritime Area Regulatory Authority
Numer nagrody:
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
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

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 : Ireland
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 499 600 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 10
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 10

2.1.6 Grounds for exclusion

Purely national exclusion grounds :

5. Lot

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 : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 18/03/2025
Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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

Criterion :
Type : Other

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

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 : Not allowed
Deadline for receipt of tenders : 17/02/2025 12:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 17/02/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : See Tender Documents

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

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 receiving requests to participate : Maritime Area Regulatory Authority
Organisation processing tenders : Maritime Area Regulatory Authority
TED eSender : European Dynamics S.A.

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 : Ireland
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 18/03/2025
Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 Euro
Maximum value of the framework agreement : 30 400 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

Criterion :
Type : Other

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description :
Criterion :
Type : Quality
Name :
Description :
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 : 10/02/2025

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 : Not allowed
Deadline for receipt of tenders : 17/02/2025 12:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 17/02/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : See Tender Documents

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

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 receiving requests to participate : Maritime Area Regulatory Authority
Organisation processing tenders : Maritime Area Regulatory Authority
TED eSender : European Dynamics S.A.

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 : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 18/03/2025
Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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

Criterion :
Type : Other

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

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 : Not allowed
Deadline for receipt of tenders : 17/02/2025 12:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 17/02/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : See Tender Documents

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

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 receiving requests to participate : Maritime Area Regulatory Authority
Organisation processing tenders : Maritime Area Regulatory Authority
TED eSender : European Dynamics S.A.

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 : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 18/03/2025
Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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

Criterion :
Type : Other

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

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 : Not allowed
Deadline for receipt of tenders : 17/02/2025 12:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 17/02/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : See Tender Documents

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

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 receiving requests to participate : Maritime Area Regulatory Authority
Organisation processing tenders : Maritime Area Regulatory Authority
TED eSender : European Dynamics S.A.

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 : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 18/03/2025
Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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

Criterion :
Type : Other

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

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 : Not allowed
Deadline for receipt of tenders : 17/02/2025 12:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 17/02/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : See Tender Documents

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

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 receiving requests to participate : Maritime Area Regulatory Authority
Organisation processing tenders : Maritime Area Regulatory Authority
TED eSender : European Dynamics S.A.

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 : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 18/03/2025
Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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

Criterion :
Type : Other

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

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 : Not allowed
Deadline for receipt of tenders : 17/02/2025 12:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 17/02/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : See Tender Documents

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

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 receiving requests to participate : Maritime Area Regulatory Authority
Organisation processing tenders : Maritime Area Regulatory Authority
TED eSender : European Dynamics S.A.

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 : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 18/03/2025
Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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

Criterion :
Type : Other

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

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 : Not allowed
Deadline for receipt of tenders : 17/02/2025 12:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 17/02/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : See Tender Documents

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

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 receiving requests to participate : Maritime Area Regulatory Authority
Organisation processing tenders : Maritime Area Regulatory Authority
TED eSender : European Dynamics S.A.

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

5.1.3 Estimated duration

Start date : 18/03/2025
Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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

Criterion :
Type : Other

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

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 : Not allowed
Deadline for receipt of tenders : 17/02/2025 12:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 17/02/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : See Tender Documents

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

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 receiving requests to participate : Maritime Area Regulatory Authority
Organisation processing tenders : Maritime Area Regulatory Authority
TED eSender : European Dynamics S.A.

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 : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 18/03/2025
Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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

Criterion :
Type : Other

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

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 : Not allowed
Deadline for receipt of tenders : 17/02/2025 12:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 17/02/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : See Tender Documents

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

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 receiving requests to participate : Maritime Area Regulatory Authority
Organisation processing tenders : Maritime Area Regulatory Authority
TED eSender : European Dynamics S.A.

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 : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 18/03/2025
Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 499 600 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

Criterion :
Type : Other

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

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 : Not allowed
Deadline for receipt of tenders : 17/02/2025 12:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 17/02/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Information about review deadlines : See Tender Documents

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

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 receiving requests to participate : Maritime Area Regulatory Authority
Organisation processing tenders : Maritime Area Regulatory Authority
TED eSender : European Dynamics S.A.

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 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

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

11. Notice information

11.1 Notice information

Notice identifier/version : 910cb815-6561-442e-ba94-fbaec2119be9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/01/2025 11:53 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00053939-2025
OJ S issue number : 18/2025
Publication date : 27/01/2025