Transport Infrastructure Ireland (TII) is launching a new national framework for Vehicle Restraint System (VRS) contractors. This framework will cover VRS installations, repairs, and associated civil works, including the construction of forgiving roadside solutions such as embankment reprofiling, drainage and culvert adjustments, and installation of passively safe fencing and supports across the national road network. It will replace the existing VRS contractor framework. The framework may also be used for VRS works on all national road projects, such as pavement overlay schemes, Eirspan projects, realignment schemes, and both minor and major national road schemes and will be available to Local Authorities for VRS works on regional, local, and other non-national roads. Key details: Maximum of six contractors providing nationwide coverage to all Local Authorities. Contract duration: 36 months, with an option to extend for an additional 24 months. TII intends to introduce the CO₂ Performance Ladder in future call-off competitions as an incentive for reducing emissions on call-off contracts, with potential benefits across tenderers’ organisations. Participation will be voluntary. During the framework term, TII also plans to award VRS term maintenance contracts for specific counties, areas, or regions. These will be managed through call-off contracts, with details provided at the time of competition.
Deadline
The time limit for receipt of tenders was 2025-12-19.
The procurement was published on 2025-11-14.
Contract notice (2025-11-14) Object Scope of the procurement
Title: Vehicle Restraint Systems Contractor Framework
Short description:
“Transport Infrastructure Ireland (TII) is launching a new national framework for Vehicle Restraint System (VRS) contractors. This framework will cover VRS...”
Short description
Transport Infrastructure Ireland (TII) is launching a new national framework for Vehicle Restraint System (VRS) contractors. This framework will cover VRS installations, repairs, and associated civil works, including the construction of forgiving roadside solutions such as embankment reprofiling, drainage and culvert adjustments, and installation of passively safe fencing and supports across the national road network. It will replace the existing VRS contractor framework. The framework may also be used for VRS works on all national road projects, such as pavement overlay schemes, Eirspan projects, realignment schemes, and both minor and major national road schemes and will be available to Local Authorities for VRS works on regional, local, and other non-national roads. Key details: Maximum of six contractors providing nationwide coverage to all Local Authorities. Contract duration: 36 months, with an option to extend for an additional 24 months. TII intends to introduce the CO₂ Performance Ladder in future call-off competitions as an incentive for reducing emissions on call-off contracts, with potential benefits across tenderers’ organisations. Participation will be voluntary. During the framework term, TII also plans to award VRS term maintenance contracts for specific counties, areas, or regions. These will be managed through call-off contracts, with details provided at the time of competition.
Show more
Type of contract: works
Products/services: Fencing, railing and safety equipment installation work📦
Estimated value excluding VAT: 37 500 000 EUR 💰
Description
Description of the procurement:
“Transport Infrastructure Ireland (TII) is launching a new national framework for Vehicle Restraint System (VRS) contractors. This framework will cover VRS...”
Description of the procurement
Transport Infrastructure Ireland (TII) is launching a new national framework for Vehicle Restraint System (VRS) contractors. This framework will cover VRS installations, repairs, and associated civil works, including the construction of forgiving roadside solutions such as embankment reprofiling, drainage and culvert adjustments, and installation of passively safe fencing and supports across the national road network. It will replace the existing VRS contractor framework. The framework may also be used for VRS works on all national road projects, such as pavement overlay schemes, Eirspan projects, realignment schemes, and both minor and major national road schemes and will be available to Local Authorities for VRS works on regional, local, and other non-national roads. Key details: Maximum of six contractors providing nationwide coverage to all Local Authorities. Contract duration: 36 months, with an option to extend for an additional 24 months. TII intends to introduce the CO₂ Performance Ladder in future call-off competitions as an incentive for reducing emissions on call-off contracts, with potential benefits across tenderers’ organisations. Participation will be voluntary. During the framework term, TII also plans to award VRS term maintenance contracts for specific counties, areas, or regions. These will be managed through call-off contracts, with details provided at the time of competition.
Procedure Type of procedure
Open procedure ✅ Administrative information
Time limit for receipt of tenders or requests to participate: 2025-12-19 12:00:00 📅
Conditions for opening of tenders: 2025-12-19 12:30:00 📅
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=6991302
Languages in which tenders or requests to participate may be submitted: English 🗣️
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 a single operator ✅ Description
In the case of framework agreements, provide justification for any duration exceeding 4 years:
“In accordance with Article 33 of Directive 2014/24/EU and the European Union (Award of Public Authority Contracts) Regulations 2016, TII proposes a...”
In the case of framework agreements, provide justification for any duration exceeding 4 years
In accordance with Article 33 of Directive 2014/24/EU and the European Union (Award of Public Authority Contracts) Regulations 2016, TII proposes a framework duration of up to five years (36 months with an option to extend for a further 24 months) due to the exceptional nature of the works and operational requirements. The scope of this framework involves nationwide Vehicle Restraint System (VRS) installations, repairs, and associated civil works, including safety-critical roadside solutions and drainage improvements, which require long-term planning and continuity. A five-year term is necessary to ensure:
Recovery of significant capital investment by contractors in specialised equipment and training;
Consistent safety standards and risk management for critical road infrastructure;
Achievement of sustainability objectives, including implementation of the CO₂ Performance Ladder; and
Reduction of administrative burden and procurement costs through fewer re-tendering cycles.
These factors constitute duly justified exceptional circumstances under procurement law, warranting an extension beyond the standard four-year limit.
“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📞 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📞 Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
Source: OJS 2025/S 222-762477 (2025-11-14)