1. Buyer
1.1.
Buyer
Official name: National Transport Authority_1149
Legal type of the buyer: Body governed by public law, controlled by a central government authority
Activity of the contracting authority: General public services
2. Procedure
2.1.
Procedure
Title: Framework for Environmental Consultancy Services for Transport Projects funded by the NTA
Description: Establishment of a framework of suitable qualified service providers who will be available, upon request, to tender for the provision of environmental consultancy services in relation to projects funded by the Authority.
Procedure identifier: d7a0e169-ebd1-4805-a16e-941df4d370ef
Type of procedure: Open
The procedure is accelerated: no
2.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 90700000 Environmental services
Additional classification (cpv): 90711400 Environmental Impact Assessment (EIA) services other than for construction, 90710000 Environmental management, 71313400 Environmental impact assessment for construction, 71313440 Environmental Impact Assessment (EIA) services for construction, 71313420 Environmental standards for construction, 71313430 Environmental indicators analysis for construction, 71313000 Environmental engineering consultancy services, 45262640 Environmental improvement works, 60112000 Public road transport services, 71220000 Architectural design services, 71242000 Project and design preparation, estimation of costs, 71300000 Engineering services, 71330000 Miscellaneous engineering services, 71340000 Integrated engineering services, 90713000 Environmental issues consultancy services
2.1.2.
Place of performance
Country subdivision (NUTS): Dublin (IE061)
Country: Ireland
2.1.3.
Value
Estimated value excluding VAT: 5 000 000,00 EUR
Maximum value of the framework agreement: 5 000 000,00 EUR
2.1.4.
General information
Legal basis:
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: Procurement Document
5. Lot
5.1.
Lot: LOT-0001
Title: Framework for Environmental Consultancy Services for Transport Projects funded by the NTA
Description: Establishment of a framework of suitable qualified service providers who will be available, upon request, to tender for the provision of environmental consultancy services in relation to projects funded by the Authority.
Internal identifier: 0
5.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 90700000 Environmental services
Additional classification (cpv): 90711400 Environmental Impact Assessment (EIA) services other than for construction, 90710000 Environmental management, 71313400 Environmental impact assessment for construction, 71313440 Environmental Impact Assessment (EIA) services for construction, 71313420 Environmental standards for construction, 71313430 Environmental indicators analysis for construction, 71313000 Environmental engineering consultancy services, 45262640 Environmental improvement works, 60112000 Public road transport services, 71220000 Architectural design services, 71242000 Project and design preparation, estimation of costs, 71300000 Engineering services, 71330000 Miscellaneous engineering services, 71340000 Integrated engineering services, 90713000 Environmental issues consultancy services
Quantity: 0 hour
5.1.2.
Place of performance
Country subdivision (NUTS): Dublin (IE061)
Country: Ireland
5.1.3.
Estimated duration
Duration: 48 Months
5.1.5.
Value
Estimated value excluding VAT: 5 000 000,00 EUR
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: Reduction of environmental impacts
Description: Environmental Consultancy Services
Approach to reducing environmental impacts: Other
Green Procurement Criteria: Other Green Public Procurement criteria
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: 22/05/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
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: 03/06/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Duration during which the tender must remain valid: 180 Days
Information about public opening:
Opening date: 03/06/2026 12:30:00 (UTC+01:00) Central European Time, Western European Summer Time
Terms of contract:
The execution of the contract must be performed within the framework of sheltered employment programmes: No
Electronic invoicing: Required
Electronic ordering will be used: no
Electronic payment will be used: yes
5.1.15.
Techniques
Framework agreement:
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants: 5
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: National Transport Authority_1149
Organisation providing more information on the review procedures: The High Court of Ireland
Organisation receiving requests to participate: National Transport Authority_1149
Organisation processing tenders: National Transport Authority_1149
8. Organisations
8.1.
ORG-0001
Official name: National Transport Authority_1149
Registration number: 119869
Postal address: Haymarket House Smithfield Dublin 7
Town: Dublin
Postcode: D07 CF98
Country subdivision (NUTS): Dublin (IE061)
Country: Ireland
Telephone: 018798300
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
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 identifier/version: a5c1181b-7873-4be4-92b1-0943238060a4 - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 16
Notice dispatch date: 29/04/2026 09:46:56 (UTC+01:00) Central European Time, Western European Summer Time
Languages in which this notice is officially available: English
Notice publication number: 296195-2026
OJ S issue number: 84/2026
Publication date: 30/04/2026