The EUโs Customs Union prohibits customs duties on imports and exports between member states and details a common customs tariff in MS relations with third countries. There is also a principle of mutual recognition of standards whereby goods are certified in one Member State (MS) and this certification is accepted in all MS. As a result, goods move freely between MS without the need for customs declarations, associated controls and inspections. This means that no controls are carried out at Irish ports and airports on consignments of live animals, plants, plant and animal products and consignments of foods of non-animal origin, food contact materials (e.g. plastics), some composite products, cosmetic products or tobacco related products that are entering Ireland from another EU Member State. Following Brexit, all consignments of live animals, plants, plant and animal products and consignments of foods of non-animal origin, food contact materials (e.g. plastics), some composite products, cosmetic products or tobacco related products that are entering the EU, including Ireland, from Great Britain are subject to customs formalities including the requirement for customs declarations, payment of tariffs (where applicable) and documentary or physical controls. In addition, DAFM and the HSE, inspect all consignments; to confirm they are in compliance with EU legislation. Consignments found not to comply with these requirements are rejected and are either destroyed, re-exported to the country of origin or are subjected to special treatment under Competent Authority control. The Competent Authorities require a Tenderer to procure and manage on their behalf, a Border Control Post (BCP) Support Services Contract. The BCP Support Services Contracts will provide a range of services to assist with facilitating checks on incoming imports including consignment handling and traffic control services in Dublin and Rosslare Ports for and on behalf of the following Competent Authorities: Department of Agriculture, Food and the Marine (DAFM), the Office of the Revenue Commissioners (Revenue) and the Health Service Executive (HSE). The expected range of services included in the BCP support services contracts may, but is not limited to, the following: Consignment Handling; Traffic Control; Provision of Machinery/Equipment and Health and Safety, Quality and Environmental Management. On 7 March 2025 a tender process for this service was ran, however at evaluation a flaw was identified, and the process was collapsed. Then on the 19 May 2025, an EU-UK Summit resulted in a Common Understanding on future EU-UK cooperation, which included undertakings on an EU-UK Sanitary and Phytosanitary (SPS) Agreement. If a comprehensive SPS agreement is successfully negotiated it may, in the future, reduce the activity in Irish BCPs. The current uncertainty in future activity levels has led to the decision that both the BCP Support Services contracts and their Procurement and Management Contracts being a shorter term than previously advertised.
Deadline
The time limit for receipt of tenders was 2025-08-01.
The procurement was published on 2025-06-27.
Contract notice (2025-06-27) Object Scope of the procurement
Title: Procurement Services and Contract Management Consultancy (Revised)
Short description:
โThe EUโs Customs Union prohibits customs duties on imports and exports between member states and details a common customs tariff in MS relations with third...โ
Short description
The EUโs Customs Union prohibits customs duties on imports and exports between member states and details a common customs tariff in MS relations with third countries. There is also a principle of mutual recognition of standards whereby goods are certified in one Member State (MS) and this certification is accepted in all MS. As a result, goods move freely between MS without the need for customs declarations, associated controls and inspections. This means that no controls are carried out at Irish ports and airports on consignments of live animals, plants, plant and animal products and consignments of foods of non-animal origin, food contact materials (e.g. plastics), some composite products, cosmetic products or tobacco related products that are entering Ireland from another EU Member State. Following Brexit, all consignments of live animals, plants, plant and animal products and consignments of foods of non-animal origin, food contact materials (e.g. plastics), some composite products, cosmetic products or tobacco related products that are entering the EU, including Ireland, from Great Britain are subject to customs formalities including the requirement for customs declarations, payment of tariffs (where applicable) and documentary or physical controls. In addition, DAFM and the HSE, inspect all consignments; to confirm they are in compliance with EU legislation. Consignments found not to comply with these requirements are rejected and are either destroyed, re-exported to the country of origin or are subjected to special treatment under Competent Authority control. The Competent Authorities require a Tenderer to procure and manage on their behalf, a Border Control Post (BCP) Support Services Contract. The BCP Support Services Contracts will provide a range of services to assist with facilitating checks on incoming imports including consignment handling and traffic control services in Dublin and Rosslare Ports for and on behalf of the following Competent Authorities: Department of Agriculture, Food and the Marine (DAFM), the Office of the Revenue Commissioners (Revenue) and the Health Service Executive (HSE). The expected range of services included in the BCP support services contracts may, but is not limited to, the following: Consignment Handling; Traffic Control; Provision of Machinery/Equipment and Health and Safety, Quality and Environmental Management. On 7 March 2025 a tender process for this service was ran, however at evaluation a flaw was identified, and the process was collapsed. Then on the 19 May 2025, an EU-UK Summit resulted in a Common Understanding on future EU-UK cooperation, which included undertakings on an EU-UK Sanitary and Phytosanitary (SPS) Agreement. If a comprehensive SPS agreement is successfully negotiated it may, in the future, reduce the activity in Irish BCPs. The current uncertainty in future activity levels has led to the decision that both the BCP Support Services contracts and their Procurement and Management Contracts being a shorter term than previously advertised.
Show more
Type of contract: Services
Products/services: Project management consultancy services๐ฆ
Estimated value excluding VAT: 190 000 EUR ๐ฐ
Description
Description of the procurement:
โThe EUโs Customs Union prohibits customs duties on imports and exports between member states and details a common customs tariff in MS relations with third...โ
Description of the procurement
The EUโs Customs Union prohibits customs duties on imports and exports between member states and details a common customs tariff in MS relations with third countries. There is also a principle of mutual recognition of standards whereby goods are certified in one Member State (MS) and this certification is accepted in all MS. As a result, goods move freely between MS without the need for customs declarations, associated controls and inspections. This means that no controls are carried out at Irish ports and airports on consignments of live animals, plants, plant and animal products and consignments of foods of non-animal origin, food contact materials (e.g. plastics), some composite products, cosmetic products or tobacco related products that are entering Ireland from another EU Member State. Following Brexit, all consignments of live animals, plants, plant and animal products and consignments of foods of non-animal origin, food contact materials (e.g. plastics), some composite products, cosmetic products or tobacco related products that are entering the EU, including Ireland, from Great Britain are subject to customs formalities including the requirement for customs declarations, payment of tariffs (where applicable) and documentary or physical controls. In addition, DAFM and the HSE, inspect all consignments; to confirm they are in compliance with EU legislation. Consignments found not to comply with these requirements are rejected and are either destroyed, re-exported to the country of origin or are subjected to special treatment under Competent Authority control. The Competent Authorities require a Tenderer to procure and manage on their behalf, a Border Control Post (BCP) Support Services Contract. The BCP Support Services Contracts will provide a range of services to assist with facilitating checks on incoming imports including consignment handling and traffic control services in Dublin and Rosslare Ports for and on behalf of the following Competent Authorities: Department of Agriculture, Food and the Marine (DAFM), the Office of the Revenue Commissioners (Revenue) and the Health Service Executive (HSE). The expected range of services included in the BCP support services contracts may, but is not limited to, the following: Consignment Handling; Traffic Control; Provision of Machinery/Equipment and Health and Safety, Quality and Environmental Management. On 7 March 2025 a tender process for this service was ran, however at evaluation a flaw was identified, and the process was collapsed. Then on the 19 May 2025, an EU-UK Summit resulted in a Common Understanding on future EU-UK cooperation, which included undertakings on an EU-UK Sanitary and Phytosanitary (SPS) Agreement. If a comprehensive SPS agreement is successfully negotiated it may, in the future, reduce the activity in Irish BCPs. The current uncertainty in future activity levels has led to the decision that both the BCP Support Services contracts and their Procurement and Management Contracts being a shorter term than previously advertised.
Procedure Type of procedure
Open procedure โ Administrative information
Time limit for receipt of tenders or requests to participate: 2025-08-01 15:00:00 ๐
Conditions for opening of tenders: 2025-08-01 15:30:00 ๐
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=5995003
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Minimum time frame during which the tenderer must maintain the tender: 120
Complementary information Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Service from which information about the review procedure may be obtained
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Information about electronic workflows
Electronic invoicing will be accepted
Source: OJS 2025/S 123-424706 (2025-06-27)
Contract notice (2025-08-06) Object Scope of the procurement
Estimated value excluding VAT: 190 000 EUR ๐ฐ
Procedure Administrative information
Time limit for receipt of tenders or requests to participate: 2025-08-15 15:00:00 ๐
Conditions for opening of tenders: 2025-08-15 15:30:00 ๐
Changes Other additional information
โResponse deadline date extended to 15th August 2025 at 3pm.โ
Source: OJS 2025/S 150-516774 (2025-08-06)