The overall purpose of this framework will be to provide the Local authorities with the structural expertise to enable them to review and adjudicate on submissions made by abnormal load applicants. A high level overview of the services expected are listed below 1. The consultant will need to have a detailed understanding of the process as outlined on the flow chart or subsequent versions of this chart and be in a position to determine if the submissions made by applicants meets the steps outlined or are any assumptions made are reasonable and accurate. 2. The consultant may wish to undertake site visits of the proposed route to gain an understanding of the crossing points in question. 3. The consultant will be expected to peer review and comment on the bridge assessments, regarding the methodology used, assumptions made and the conclusions of the report. 4. The consultant will be expected to review and advice on any mitigation measures identified by the applicants, including but not limited to over-spanning or proposed rehabilitation works carried out on a bridge. The consultant will be expected to peer review and comment on the mitigation measures, regarding the methodology used, assumptions made and overall design philosophy. 5. The consultant will be expected to advise, agree and manage any monitoring proposals that are required as part of the process, including onsite monitoring where necessary. It is expected that the routes assessments will cover Motorway, National, regional and local roads.
Deadline
The time limit for receipt of tenders was 2025-08-01.
The procurement was published on 2025-06-18.
Contract notice (2025-06-18) Object Scope of the procurement
Title: Local Authority Management of Exceptional Abnormal Loads Framework
Short description:
โThe overall purpose of this framework will be to provide the Local authorities with the structural expertise to enable them to review and adjudicate on...โ
Short description
The overall purpose of this framework will be to provide the Local authorities with the structural expertise to enable them to review and adjudicate on submissions made by abnormal load applicants. A high level overview of the services expected are listed below 1. The consultant will need to have a detailed understanding of the process as outlined on the flow chart or subsequent versions of this chart and be in a position to determine if the submissions made by applicants meets the steps outlined or are any assumptions made are reasonable and accurate. 2. The consultant may wish to undertake site visits of the proposed route to gain an understanding of the crossing points in question. 3. The consultant will be expected to peer review and comment on the bridge assessments, regarding the methodology used, assumptions made and the conclusions of the report. 4. The consultant will be expected to review and advice on any mitigation measures identified by the applicants, including but not limited to over-spanning or proposed rehabilitation works carried out on a bridge. The consultant will be expected to peer review and comment on the mitigation measures, regarding the methodology used, assumptions made and overall design philosophy. 5. The consultant will be expected to advise, agree and manage any monitoring proposals that are required as part of the process, including onsite monitoring where necessary. It is expected that the routes assessments will cover Motorway, National, regional and local roads.
Show more
Type of contract: Services
Products/services: Structural engineering consultancy services๐ฆ Description
Description of the procurement:
โThe overall purpose of this framework will be to provide the Local authorities with the structural expertise to enable them to review and adjudicate on...โ
Description of the procurement
The overall purpose of this framework will be to provide the Local authorities with the structural expertise to enable them to review and adjudicate on submissions made by abnormal load applicants. A high level overview of the services expected are listed below 1. The consultant will need to have a detailed understanding of the process as outlined on the flow chart or subsequent versions of this chart and be in a position to determine if the submissions made by applicants meets the steps outlined or are any assumptions made are reasonable and accurate. 2. The consultant may wish to undertake site visits of the proposed route to gain an understanding of the crossing points in question. 3. The consultant will be expected to peer review and comment on the bridge assessments, regarding the methodology used, assumptions made and the conclusions of the report. 4. The consultant will be expected to review and advice on any mitigation measures identified by the applicants, including but not limited to over-spanning or proposed rehabilitation works carried out on a bridge. The consultant will be expected to peer review and comment on the mitigation measures, regarding the methodology used, assumptions made and overall design philosophy. 5. The consultant will be expected to advise, agree and manage any monitoring proposals that are required as part of the process, including onsite monitoring where necessary. It is expected that the routes assessments will cover Motorway, National, regional and local roads.
Procedure Type of procedure
Open procedure โ Administrative information
Time limit for receipt of tenders or requests to participate: 2025-08-01 00:00:00 ๐
Conditions for opening of tenders: 2025-08-01 00:30:00 ๐
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=5936279
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: 180
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators โ
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: Limerick City and County Council_103432
National registration number: 3267368TH
Postal address: Merchant's Quay,
Postal code: V94 EH90
Postal town: Limerick.
Region: South-West ๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: seamas.oreilly@limerick.ie๐ง
Phone: +353 61 556000๐
URL: https://www.limerick.ie/๐ Review procedure
Precise information on deadline(s) for review procedures:
โSee attached documents for further information.โ Information about electronic workflows
Electronic invoicing will be accepted
Electronic ordering will be used
Electronic payment will be used
Source: OJS 2025/S 117-401966 (2025-06-18)