Framework for Technical Services for Projects Funded by the National Transport Authority

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 …

CPV: 60000000 Servicios de transporte (excluido el transporte de residuos), 63720000 Servicios complementarios para transporte por vías navegables, 71000000 Servicios de arquitectura, construcción, ingeniería e inspección, 71311000 Servicios de consultoría en ingeniería civil, 71311200 Servicios de consultoría en sistemas de transporte, 71320000 Servicios de diseño técnico, 71541000 Servicios de gestión de proyectos de construcción, 72224000 Servicios de consultoría en gestión de proyectos, 79418000 Servicios de consultoría en aprovisionamiento, 79421000 Servicios de gestión de proyectos que no sean los de construcción, 79994000 Servicios de administración de contratos, 60100000 Servicios de transporte por carretera, 60112000 Servicios de transporte por la vía pública, 60130000 Servicios especiales de transporte de pasajeros por carretera, 60200000 Servicios de transporte ferroviario, 60210000 Servicios de transporte público por ferrocarril, 63520000 Servicios de compañía de transporte, 63710000 Servicios complementarios para el transporte terrestre, 63711000 Servicios complementarios para el transporte ferroviario, 63712000 Servicios complementarios para el transporte por carretera
Plazo:
1 de mayo de 2025 a las 12:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework for Technical Services for Projects Funded by the National Transport Authority
Organismo adjudicador:
National Transport Authority_1149
Número de premio:
1

1. Buyer

1.1 Buyer

Official name : National Transport Authority_1149
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework for Technical Services for Projects Funded by the National Transport Authority
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.
Procedure identifier : 5850dbfd-3313-4aa9-a884-71faf0d0e944
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63720000 Support services for water transport
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60130000 Special-purpose road passenger-transport services
Additional classification ( cpv ): 60200000 Railway transport services
Additional classification ( cpv ): 60210000 Public transport services by railways
Additional classification ( cpv ): 63520000 Transport agency services
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63711000 Support services for railway transport
Additional classification ( cpv ): 63712000 Support services for road transport

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Maximum value of the framework agreement : 57 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 9
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 9

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Public transport service planning
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.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63720000 Support services for water transport
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60130000 Special-purpose road passenger-transport services
Additional classification ( cpv ): 60200000 Railway transport services
Additional classification ( cpv ): 60210000 Public transport services by railways
Additional classification ( cpv ): 63520000 Transport agency services
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63711000 Support services for railway transport
Additional classification ( cpv ): 63712000 Support services for road transport

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 01/05/2025 12:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 01/05/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : As set out in S.I. No. 131/2010 European Communities (Award of Public Authority Contracts) Regulations 2016
Organisation providing offline access to the procurement documents : National Transport Authority_1149 -
Organisation receiving requests to participate : National Transport Authority_1149 -
Organisation processing tenders : National Transport Authority_1149 -

5.1 Lot technical ID : LOT-0002

Title : Appraisal of public transport network costs, fares and benefits
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.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63720000 Support services for water transport
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60130000 Special-purpose road passenger-transport services
Additional classification ( cpv ): 60200000 Railway transport services
Additional classification ( cpv ): 60210000 Public transport services by railways
Additional classification ( cpv ): 63520000 Transport agency services
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63711000 Support services for railway transport
Additional classification ( cpv ): 63712000 Support services for road transport

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 01/05/2025 12:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 01/05/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : As set out in S.I. No. 131/2010 European Communities (Award of Public Authority Contracts) Regulations 2016
Organisation providing offline access to the procurement documents : National Transport Authority_1149 -
Organisation receiving requests to participate : National Transport Authority_1149 -
Organisation processing tenders : National Transport Authority_1149 -

5.1 Lot technical ID : LOT-0003

Title : Design of infrastructure to support public transport services
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.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63720000 Support services for water transport
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60130000 Special-purpose road passenger-transport services
Additional classification ( cpv ): 60200000 Railway transport services
Additional classification ( cpv ): 60210000 Public transport services by railways
Additional classification ( cpv ): 63520000 Transport agency services
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63711000 Support services for railway transport
Additional classification ( cpv ): 63712000 Support services for road transport

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 01/05/2025 12:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 01/05/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : As set out in S.I. No. 131/2010 European Communities (Award of Public Authority Contracts) Regulations 2016
Organisation providing offline access to the procurement documents : National Transport Authority_1149 -
Organisation receiving requests to participate : National Transport Authority_1149 -
Organisation processing tenders : National Transport Authority_1149 -

5.1 Lot technical ID : LOT-0004

Title : Project and programme management
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.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63720000 Support services for water transport
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60130000 Special-purpose road passenger-transport services
Additional classification ( cpv ): 60200000 Railway transport services
Additional classification ( cpv ): 60210000 Public transport services by railways
Additional classification ( cpv ): 63520000 Transport agency services
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63711000 Support services for railway transport
Additional classification ( cpv ): 63712000 Support services for road transport

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 01/05/2025 12:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 01/05/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : As set out in S.I. No. 131/2010 European Communities (Award of Public Authority Contracts) Regulations 2016
Organisation providing offline access to the procurement documents : National Transport Authority_1149 -
Organisation receiving requests to participate : National Transport Authority_1149 -
Organisation processing tenders : National Transport Authority_1149 -

5.1 Lot technical ID : LOT-0005

Title : Contract management support
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.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63720000 Support services for water transport
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60130000 Special-purpose road passenger-transport services
Additional classification ( cpv ): 60200000 Railway transport services
Additional classification ( cpv ): 60210000 Public transport services by railways
Additional classification ( cpv ): 63520000 Transport agency services
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63711000 Support services for railway transport
Additional classification ( cpv ): 63712000 Support services for road transport

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 01/05/2025 12:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 01/05/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : As set out in S.I. No. 131/2010 European Communities (Award of Public Authority Contracts) Regulations 2016
Organisation providing offline access to the procurement documents : National Transport Authority_1149 -
Organisation receiving requests to participate : National Transport Authority_1149 -
Organisation processing tenders : National Transport Authority_1149 -

5.1 Lot technical ID : LOT-0006

Title : Contracts tendering support
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.
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63720000 Support services for water transport
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60130000 Special-purpose road passenger-transport services
Additional classification ( cpv ): 60200000 Railway transport services
Additional classification ( cpv ): 60210000 Public transport services by railways
Additional classification ( cpv ): 63520000 Transport agency services
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63711000 Support services for railway transport
Additional classification ( cpv ): 63712000 Support services for road transport

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 01/05/2025 12:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 01/05/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : As set out in S.I. No. 131/2010 European Communities (Award of Public Authority Contracts) Regulations 2016
Organisation providing offline access to the procurement documents : National Transport Authority_1149 -
Organisation receiving requests to participate : National Transport Authority_1149 -
Organisation processing tenders : National Transport Authority_1149 -

5.1 Lot technical ID : LOT-0007

Title : Public transport service planning – subject matter experts
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.
Internal identifier : 7

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63720000 Support services for water transport
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60130000 Special-purpose road passenger-transport services
Additional classification ( cpv ): 60200000 Railway transport services
Additional classification ( cpv ): 60210000 Public transport services by railways
Additional classification ( cpv ): 63520000 Transport agency services
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63711000 Support services for railway transport
Additional classification ( cpv ): 63712000 Support services for road transport

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 01/05/2025 12:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 01/05/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 12
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : As set out in S.I. No. 131/2010 European Communities (Award of Public Authority Contracts) Regulations 2016
Organisation providing offline access to the procurement documents : National Transport Authority_1149 -
Organisation receiving requests to participate : National Transport Authority_1149 -
Organisation processing tenders : National Transport Authority_1149 -

5.1 Lot technical ID : LOT-0008

Title : Project and programme management – subject matter experts
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.
Internal identifier : 8

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63720000 Support services for water transport
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60130000 Special-purpose road passenger-transport services
Additional classification ( cpv ): 60200000 Railway transport services
Additional classification ( cpv ): 60210000 Public transport services by railways
Additional classification ( cpv ): 63520000 Transport agency services
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63711000 Support services for railway transport
Additional classification ( cpv ): 63712000 Support services for road transport

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 01/05/2025 12:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 01/05/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 12
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : As set out in S.I. No. 131/2010 European Communities (Award of Public Authority Contracts) Regulations 2016
Organisation providing offline access to the procurement documents : National Transport Authority_1149 -
Organisation receiving requests to participate : National Transport Authority_1149 -
Organisation processing tenders : National Transport Authority_1149 -

5.1 Lot technical ID : LOT-0009

Title : Contract management and contract tendering support – subject matter experts
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.
Internal identifier : 9

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63720000 Support services for water transport
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 60130000 Special-purpose road passenger-transport services
Additional classification ( cpv ): 60200000 Railway transport services
Additional classification ( cpv ): 60210000 Public transport services by railways
Additional classification ( cpv ): 63520000 Transport agency services
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 63711000 Support services for railway transport
Additional classification ( cpv ): 63712000 Support services for road transport

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 01/05/2025 12:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 01/05/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 12
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : As set out in S.I. No. 131/2010 European Communities (Award of Public Authority Contracts) Regulations 2016
Organisation providing offline access to the procurement documents : National Transport Authority_1149 -
Organisation receiving requests to participate : National Transport Authority_1149 -
Organisation processing tenders : National Transport Authority_1149 -

8. Organisations

8.1 ORG-0001

Official name : National Transport Authority_1149
Registration number : 119869
Postal address : Haymarket House Smithfield Dublin 7
Town : Dublin
Postcode : D07 CF98
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8798300
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : bf9a6696-4dc9-4ce7-8e51-2b6d4d3f5ebb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/03/2025 13:27 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00194134-2025
OJ S issue number : 60/2025
Publication date : 26/03/2025