The objective of this competition is to establish a framework of suitably qualified service providers that will be available upon request to tender for the provision of certain technical services for projects funded by the Authority. It is intended that this framework will include the following contracting authorities: the National Transport Authority, Dublin Bus, Bus Éireann, Iarnród Éireann, Transport Infrastructure Ireland and any future operators of services from Bus Market Opening (BMO) Competitions. At its discretion, following consideration of Tenders received, the Authority may enter into Contracts (being the Framework Agreement) with a maximum of six tenderers for Lots 1 to 6 inclusive and a maximum of 12 for Lots 7 to 9 inclusive, subject to that number meeting the minimum criteria and having submitted the most economically advantageous Tenders. The nine lots will cover the following service categories: Lot 1 - Public transport service planning; Lot 2 - Appraisal of public transport network costs, fares and benefits; Lot 3 - Design of infrastructure to support public transport services; Lot 4 - Project and programme management; Lot 5 - Contract management support; Lot 6 - Contracts tendering support; Lot 7 - Public transport service planning – subject matter experts; Lot 8 - Project and programme management – subject matter experts; and Lot 9 - Contract management and contract tendering support – subject matter experts. The expected term of the Framework Agreement will be four years from the date of Contract execution. At the sole discretion of the relevant Client, call-off competitions may be held where Tenders may be sought from the entities awarded a Framework Agreement.
Deadline
The time limit for receipt of tenders was 2025-05-01.
The procurement was published on 2025-03-25.
Contract notice (2025-03-25) Object Scope of the procurement
Title: Framework for Technical Services for Projects Funded by the National Transport Authority
Short description:
“The objective of this competition is to establish a framework of suitably qualified service providers that will be available upon request to tender for the...”
Short description
The objective of this competition is to establish a framework of suitably qualified service providers that will be available upon request to tender for the provision of certain technical services for projects funded by the Authority. It is intended that this framework will include the following contracting authorities: the National Transport Authority, Dublin Bus, Bus Éireann, Iarnród Éireann, Transport Infrastructure Ireland and any future operators of services from Bus Market Opening (BMO) Competitions. At its discretion, following consideration of Tenders received, the Authority may enter into Contracts (being the Framework Agreement) with a maximum of six tenderers for Lots 1 to 6 inclusive and a maximum of 12 for Lots 7 to 9 inclusive, subject to that number meeting the minimum criteria and having submitted the most economically advantageous Tenders. The nine lots will cover the following service categories: Lot 1 - Public transport service planning; Lot 2 - Appraisal of public transport network costs, fares and benefits; Lot 3 - Design of infrastructure to support public transport services; Lot 4 - Project and programme management; Lot 5 - Contract management support; Lot 6 - Contracts tendering support; Lot 7 - Public transport service planning – subject matter experts; Lot 8 - Project and programme management – subject matter experts; and Lot 9 - Contract management and contract tendering support – subject matter experts. The expected term of the Framework Agreement will be four years from the date of Contract execution. At the sole discretion of the relevant Client, call-off competitions may be held where Tenders may be sought from the entities awarded a Framework Agreement.
Show more
Type of contract: Services
Products/services: Transport services (excl. Waste transport)📦 Information about lots
This contract is divided into lots ✅
Maximum number of lots that may be awarded to one tenderer: 9
Tenders may be submitted for maximum number of lots: 9
1️⃣
Description of the procurement:
“The objective of this competition is to establish a framework of suitably qualified service providers that will be available upon request to tender for the...”
Description of the procurement
The objective of this competition is to establish a framework of suitably qualified service providers that will be available upon request to tender for the provision of certain technical services for projects funded by the Authority. It is intended that this framework will include the following contracting authorities: the National Transport Authority, Dublin Bus, Bus Éireann, Iarnród Éireann, Transport Infrastructure Ireland and any future operators of services from Bus Market Opening (BMO) Competitions. At its discretion, following consideration of Tenders received, the Authority may enter into Contracts (being the Framework Agreement) with a maximum of six tenderers for Lots 1 to 6 inclusive and a maximum of 12 for Lots 7 to 9 inclusive, subject to that number meeting the minimum criteria and having submitted the most economically advantageous Tenders. The nine lots will cover the following service categories: Lot 1 - Public transport service planning; Lot 2 - Appraisal of public transport network costs, fares and benefits; Lot 3 - Design of infrastructure to support public transport services; Lot 4 - Project and programme management; Lot 5 - Contract management support; Lot 6 - Contracts tendering support; Lot 7 - Public transport service planning – subject matter experts; Lot 8 - Project and programme management – subject matter experts; and Lot 9 - Contract management and contract tendering support – subject matter experts. The expected term of the Framework Agreement will be four years from the date of Contract execution. At the sole discretion of the relevant Client, call-off competitions may be held where Tenders may be sought from the entities awarded a Framework Agreement.
Procedure Type of procedure
Open procedure ✅ Administrative information
Time limit for receipt of tenders or requests to participate: 2025-05-01 12:00:00 📅
Conditions for opening of tenders: 2025-05-01 12:30:00 📅
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=5351994
Languages in which tenders or requests to participate may be submitted: English 🗣️
Minimum time frame during which the tenderer must maintain the tender: 6
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators ✅
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: Dublin🏙️
Country: Ireland 🇮🇪
E-mail: highcourtcentraloffice@courts.ie📧
Phone: +353 1 8886000📞 Review procedure
Precise information on deadline(s) for review procedures:
“As set out in S.I. No. 131/2010 European Communities (Award of Public Authority Contracts) Regulations 2016” Information about electronic workflows
Electronic invoicing will be accepted
Electronic ordering will be used
Electronic payment will be used
Source: OJS 2025/S 060-194134 (2025-03-25)
Contract notice (2025-04-15) Procedure Administrative information
Time limit for receipt of tenders or requests to participate: 2025-05-15 12:00:00 📅
Conditions for opening of tenders: 2025-05-15 12:30:00 📅
Changes Other additional information
“Tender deadline has been extended to 15th May 2025.”
Source: OJS 2025/S 076-251045 (2025-04-15)
Contract notice (2025-05-20) Procedure Administrative information
Time limit for receipt of tenders or requests to participate: 2025-06-05 12:00:00 📅
Conditions for opening of tenders: 2025-06-05 12:30:00 📅
Changes Other additional information
“Tender deadline has been extended to 12:00 5th June 2025”
Source: OJS 2025/S 098-330680 (2025-05-20)