Commercial, Claims Advisor and Professional Services with Local Authorities and Transport Infrastructure Ireland acting as Client

Transport Infrastructure Ireland (TII)

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:
Who?

What?

Where?

Procurement history
Date Document
2024-12-04 Contract notice
2025-01-06 Contract notice
2025-01-31 Contract notice
2026-03-24 Contract award notice
2026-04-27 Contract award notice
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...”    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...”    Show more
Additional products/services: Quantity surveying services 📦
Additional products/services: Quantity surveying services for civil engineering works 📦
Additional products/services: Civil engineering support services 📦
Additional products/services: Legal advisory and representation services 📦
Additional products/services: Services furnished by business, professional and specialist organisations 📦
Additional products/services: Services furnished by professional organisations 📦
Duration: 48 (MONTH)
The time frame below is expressed in number of months.
Title
Lot Identification Number: LOT-0001

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”

Contracting authority
Name and addresses
Name: Transport Infrastructure Ireland (TII)
National registration number: 4115929RH
Postal address: Parkgate Business Centre, Parkgate Street
Postal code: D08 DK10
Postal town: Dublin
Region: Dublin 🏙️
Country: Ireland 🇮🇪
E-mail: micheal.oconnor@tii.ie 📧
Phone: 016463692 📞
Address of the buyer profile: https://www.tii.ie 🌏
Type of the contracting authority
Ministry or any other national or federal authority
Main activity
General public services
Communication
Documents URL: https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=4802434 🌏
Participation URL: https://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=4802434 🌏

Complementary information
Additional information

“TII are not liable for Tenderers' costs arising in connection with the competition, irrespective of the outcome of the competition, nor if the competition...”    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)
Contract notice (2025-01-06)
Object
Scope of the procurement
Products/services: Advisory and consultative engineering services 📦

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

Contracting authority
Name and addresses
E-mail: paul.farrelly@tii.ie 📧

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,...”    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)