Transport Infrastructure Ireland (the "Contracting Authority") has a requirement acting as a central purchasing body for 2.no framework agreements (1.no single supplier Framework Lot 1 and 1.no multi supplier framework agreement Lot 2 (each a “Framework Agreement”) for the provision of Commercial, Claims Advisor and Professional Services for the development and operation of the national roads network, Greenway, Active Travel and light rail infrastructure throughout Ireland, together with any ancillary services which may be inferred therefrom, or be necessary to carry out the services (the “Services”). Both Lot 1 and 2 frameworks agreements will cover the following two main categories of services: • Quantity Surveying, Programme, Risk, Project, and Value Management Services. • Claims Advisor, Expert Witness, Client Representation and Procurement Assurance Services. Services provided include review of construction and consultant contract claims, preparation of risk assessments, advice on final accounts and change orders, expert witness reports, dispute resolution proceedings, conciliation, arbitration, reviewing contract documents, programme, risk management, project management, value management, estimates, and any other related services. Tenderer(s) will note that this competition contains two lots, tenders are required to submit one tender submission as set out in the tender documents. The Authority intends to enter into the Framework Agreements with the tenderers who have submitted the most economically advantageous tenders, which will be determined on a quality and price basis. The top ranked tender that has satisfied the exclusion and selection criteria listed on the ESPD will be appointed to Lot 1 (Single Supplier Framework) and Lot 2 (Multi Supplier Framework), the second, third, fourth and fifth ranked tenders that have satisfied the exclusion and selection criteria listed on the ESPD will be appointed to Lot 2 (provided there are sufficient suitable tenders to appoint five suitable tenderers; the Authority reserves the right to appoint less than five tenderers where less than five suitable tenders have been received). The duration of the Framework Agreement for Lot 1 and 2 will be 4 years.
Deadline
The time limit for receipt of tenders was 2025-01-22.
The procurement was published on 2024-12-04.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contract notice (2024-12-04) Object Scope of the procurement
Title: Commercial, Claims Advisor and Professional Services with Local Authorities and Transport Infrastructure Ireland acting as Client
Short description:
“Transport Infrastructure Ireland (the "Contracting Authority") has a requirement acting as a central purchasing body for 2.no framework agreements (1.no...”
Short description
Transport Infrastructure Ireland (the "Contracting Authority") has a requirement acting as a central purchasing body for 2.no framework agreements (1.no single supplier Framework Lot 1 and 1.no multi supplier framework agreement Lot 2 (each a “Framework Agreement”) for the provision of Commercial, Claims Advisor and Professional Services for the development and operation of the national roads network, Greenway, Active Travel and light rail infrastructure throughout Ireland, together with any ancillary services which may be inferred therefrom, or be necessary to carry out the services (the “Services”). Both Lot 1 and 2 frameworks agreements will cover the following two main categories of services: • Quantity Surveying, Programme, Risk, Project, and Value Management Services. • Claims Advisor, Expert Witness, Client Representation and Procurement Assurance Services. Services provided include review of construction and consultant contract claims, preparation of risk assessments, advice on final accounts and change orders, expert witness reports, dispute resolution proceedings, conciliation, arbitration, reviewing contract documents, programme, risk management, project management, value management, estimates, and any other related services. Tenderer(s) will note that this competition contains two lots, tenders are required to submit one tender submission as set out in the tender documents. The Authority intends to enter into the Framework Agreements with the tenderers who have submitted the most economically advantageous tenders, which will be determined on a quality and price basis. The top ranked tender that has satisfied the exclusion and selection criteria listed on the ESPD will be appointed to Lot 1 (Single Supplier Framework) and Lot 2 (Multi Supplier Framework), the second, third, fourth and fifth ranked tenders that have satisfied the exclusion and selection criteria listed on the ESPD will be appointed to Lot 2 (provided there are sufficient suitable tenders to appoint five suitable tenderers; the Authority reserves the right to appoint less than five tenderers where less than five suitable tenders have been received). The duration of the Framework Agreement for Lot 1 and 2 will be 4 years.
Show more
Type of contract: Services
Products/services: Quantity surveying services for civil engineering works📦 Information about lots
Tenders may be submitted for maximum number of lots: 0
Description
Description of the procurement:
“Transport Infrastructure Ireland (the "Contracting Authority") has a requirement acting as a central purchasing body for 2.no framework agreements (1.no...”
Description of the procurement
Transport Infrastructure Ireland (the "Contracting Authority") has a requirement acting as a central purchasing body for 2.no framework agreements (1.no single supplier Framework Lot 1 and 1.no multi supplier framework agreement Lot 2 (each a “Framework Agreement”) for the provision of Commercial, Claims Advisor and Professional Services for the development and operation of the national roads network, Greenway, Active Travel and light rail infrastructure throughout Ireland, together with any ancillary services which may be inferred therefrom, or be necessary to carry out the services (the “Services”). Both Lot 1 and 2 frameworks agreements will cover the following two main categories of services: • Quantity Surveying, Programme, Risk, Project, and Value Management Services. • Claims Advisor, Expert Witness, Client Representation and Procurement Assurance Services. Services provided include review of construction and consultant contract claims, preparation of risk assessments, advice on final accounts and change orders, expert witness reports, dispute resolution proceedings, conciliation, arbitration, reviewing contract documents, programme, risk management, project management, value management, estimates, and any other related services. Tenderer(s) will note that this competition contains two lots, tenders are required to submit one tender submission as set out in the tender documents. The Authority intends to enter into the Framework Agreements with the tenderers who have submitted the most economically advantageous tenders, which will be determined on a quality and price basis. The top ranked tender that has satisfied the exclusion and selection criteria listed on the ESPD will be appointed to Lot 1 (Single Supplier Framework) and Lot 2 (Multi Supplier Framework), the second, third, fourth and fifth ranked tenders that have satisfied the exclusion and selection criteria listed on the ESPD will be appointed to Lot 2 (provided there are sufficient suitable tenders to appoint five suitable tenderers; the Authority reserves the right to appoint less than five tenderers where less than five suitable tenders have been received). The duration of the Framework Agreement for Lot 1 and 2 will be 4 years.
Procedure Type of procedure
Open procedure ✅ Administrative information
Time limit for receipt of tenders or requests to participate: 2025-01-22 12:00:00 📅
Conditions for opening of tenders: 2025-01-22 12:30:00 📅
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=4802434
Languages in which tenders or requests to participate may be submitted: English 🗣️ Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator ✅
Legal, economic, financial and technical information Economic and financial standing
List and brief description of selection criteria:
“See ESPD for details”
“TII are not liable for Tenderers' costs arising in connection with the competition, irrespective of the outcome of the competition, nor if the competition...”
TII are not liable for Tenderers' costs arising in connection with the competition, irrespective of the outcome of the competition, nor if the competition is cancelled or postponed. TII have the right at any time and without notice to: (i) terminate the competition (or part of it); (ii) change the competition’s basis or procedures; (iii) procure the contract by other means, (iv) negotiate with one or more parties at any time; (v) reject any, or all, of the applications/tenders; (vi) not furnish a tenderer with additional information or to do any combination of the foregoing or anything else deemed appropriate. In no instance will TII be required to give any reason for any alteration or termination of the process. - If any past or future contracts or other documents are summarised or described in this document, or in other information given to tenderers, the summary or description must not be taken as comprehensive, or as a substitute for reading the contract or other document itself when it becomes available. - Award of contracts will be subject to the approval of the competent authorities. - Award of Contracts may be subject to successful interview. - Tenderers are advised that TII are subject to the Freedom of Information Acts 1997 and 2003 (as amended). If a candidate considers that any information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
Show more 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: Dublin🏙️
Country: Ireland 🇮🇪
E-mail: highcourtcentraloffice@courts.ie📧
Phone: +353 1 8886000📞 Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
Source: OJS 2024/S 238-746368 (2024-12-04)
Procedure Administrative information
Time limit for receipt of tenders or requests to participate: 2025-02-05 12:00:00 📅
Conditions for opening of tenders: 2025-02-05 12:30:00 📅
Minimum time frame during which the tenderer must maintain the tender: 180
Complementary information 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: Dublin🏙️
Country: Ireland 🇮🇪
E-mail: highcourtcentraloffice@courts.ie📧
Phone: +353 1 8886000📞
Changes Other additional information
“Tender return deadline extended by 2 weeks to the 5th of February 2025 at 12 noon”
Source: OJS 2025/S 005-009517 (2025-01-06)
Contract notice (2025-01-31) Procedure Administrative information
Time limit for receipt of tenders or requests to participate: 2025-02-07 12:00:00 📅
Conditions for opening of tenders: 2025-02-07 12:30:00 📅
Changes Other additional information
“The tender return deadline has been extended from Wednesday 5th of February to Friday 7th of February 2025 @12:00noon”
Source: OJS 2025/S 024-075476 (2025-01-31)
Contract award notice (2026-03-24) Object Scope of the procurement
Title: N24 Cahir To Limerick Junction and Oola Transport Project Claims Advisor Services
Short description:
“N24 Cahir To Limerick Junction and Oola Transport Project Claims Advisor Services”
Estimated value excluding VAT: 50 000 EUR 💰
Total value of the procurement (excluding VAT): 66 222 EUR 💰
Description
Description of the procurement:
“N24 Cahir To Limerick Junction and Oola Transport Project Claims Advisor Services”
Place of performance: Mid-West 🏙️ Award criteria
Price ✅
Price (weighting): 100
Procedure Type of procedure
Restricted procedure ✅ Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators ✅
Award of contract
A contract/lot is awarded ✅
Lot Identification Number: LOT-0001
Contract Number: N24 Cahir To Limerick Junction and Oola Transport Project Claims Advisor Services
Date of conclusion of the contract: 2026-02-19 📅
Information about tenders
Number of tenders received: 1
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 66 222 EUR 💰
Name and address of the contractor
Name: Amey OW Ireland Ltd
National registration number: 752579
Postal address: 1st Floor, The Liffey Trust Centre
Postal code: D01 YC43
Postal town: Dublin 1
Region: Dublin🏙️
Country: Ireland 🇮🇪
Contracting authority Name and addresses
Name: Tipperary County Council
National registration number: 32452
Postal address: Civic Offices Clonmel, Civic Offices Nenagh
Postal code: E91N512 E45A099
Postal town: Clonmel, Nenagh
Region: Mid-West 🏙️
E-mail: secretary@tipperarycoco.ie📧
Phone: +353 818065000📞
URL: https://www.tipperarycoco.ie🌏
Address of the buyer profile: https://www.tipperarycoco.ie🌏 Type of the contracting authority
Regional or local authority
Source: OJS 2026/S 059-206834 (2026-03-24)
Contract award notice (2026-04-27) Object Scope of the procurement
Estimated value excluding VAT: 30 000 000 EUR 💰
Total value of the procurement (excluding VAT): 30 000 000 EUR (framework approximate) 💰
Description
Description of the procurement:
“Transport Infrastructure Ireland (the “Contracting Authority”) had a requirement, acting as a central purchasing body, for two framework agreements,...”
Description of the procurement
Transport Infrastructure Ireland (the “Contracting Authority”) had a requirement, acting as a central purchasing body, for two framework agreements, comprising one single‑supplier framework agreement (Lot 1) and one multi‑supplier framework agreement (Lot 2) (each a “Framework Agreement”), for the provision of Commercial, Claims Advisor and Professional Services for the development and operation of the national roads network, Greenway, Active Travel and light rail infrastructure throughout Ireland, together with any ancillary services that could be inferred therefrom or were necessary to carry out the services (the “Services”).
Both the Lot 1 and Lot 2 Framework Agreements covered the following two main categories of services:
Quantity Surveying, Programme, Risk, Project and Value Management Services; and
Claims Advisor, Expert Witness, Client Representation and Procurement Assurance Services.
The services provided included the review of construction and consultant contract claims, preparation of risk assessments, advice on final accounts and change orders, preparation of expert witness reports, dispute resolution proceedings, conciliation, arbitration, review of contract documents, programme management, risk management, project management, value management, estimates, and any other related services.
Tenderers were advised that the competition comprised two lots, and tenderers were required to submit a single tender submission in accordance with the tender documents.
The Authority entered into the Framework Agreements with the tenderers that submitted the most economically advantageous tenders, as determined on the basis of quality and price. The top‑ranked tenderer that satisfied the exclusion and selection criteria set out in the ESPD was appointed to both Lot 1 (Single Supplier Framework) and Lot 2 (Multi Supplier Framework). The second, third and fourth ranked tenderers that satisfied the exclusion and selection criteria set out in the ESPD were appointed to Lot 2.
The duration of the Framework Agreements for Lots 1 and 2 was four years.
The awarded positions on the Framework Agreements, based on rankings, were as follows:
Lot 1 (Single Supplier Framework – top‑ranked tenderer)
The estimated maximum spend across Lots 1 and 2 is €30,000,000 over the four‑year duration of the Framework Agreements.
Show more
Place of performance: Dublin🏙️ Award criteria
Price (weighting): 30
Quality criterion (name): Quality @70%
Quality criterion (weighting): 70
Award of contract
Contract Number: 433085
Date of conclusion of the contract: 2025-11-17 📅
Information about tenders
Number of tenders received by electronic means: 6
Information about subcontracting
The contract is likely to be subcontracted ✅ Name and address of the contractor
Name: Turner and Townsend Ltd
National registration number: 102886
Postal address: 1st Floor, 1GQ George's Quay Dublin 2
Postal code: D02 Y098
Postal town: Dublin
E-mail: fiona.collins@turntown.com📧
Phone: 35314003300📞
URL: www.turnerandtownsend.com🌏
Contracting authority Name and addresses
National registration number: 9510201H
Phone: 00 353 1 6463600📞
URL: https://www.tii.ie/🌏
Address of the buyer profile: https://www.tii.ie/🌏
Source: OJS 2026/S 083-293070 (2026-04-27)