BusConnects Dublin Core Bus Corridors Infrastructure Works (CBCIW) Framework Agreement

The NTA is a statutory non-commercial body, which operates under the aegis of the Department of Transport. Established in 2009, the NTA is responsible for developing and implementing strategies to provide high quality, accessible, sustainable transport across Ireland. The Core Bus Corridors Infrastructure Works (CBCIW) is an integral part of …

CPV: 45221111 Road bridge construction work, 45233125 Road junction construction work, 45233000 Construction, foundation and surface works for highways, roads, 45233100 Construction work for highways, roads, 45233120 Road construction works, 45233121 Main road construction works, 45233122 Ring road construction work, 45233123 Secondary road construction work, 45233140 Roadworks, 71000000 Architectural, construction, engineering and inspection services, 71300000 Engineering services, 71311000 Civil engineering consultancy services, 71317200 Health and safety services, 71320000 Engineering design services, 71322000 Engineering design services for the construction of civil engineering works, 71322300 Bridge-design services, 71322500 Engineering-design services for traffic installations, 71327000 Load-bearing structure design services, 79416000 Public relations services
Place of execution:
BusConnects Dublin Core Bus Corridors Infrastructure Works (CBCIW) Framework Agreement
Awarding body:
National Transport Authority_1149
Award number:
0

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
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : BusConnects Dublin Core Bus Corridors Infrastructure Works (CBCIW) Framework Agreement
Description : The NTA is a statutory non-commercial body, which operates under the aegis of the Department of Transport. Established in 2009, the NTA is responsible for developing and implementing strategies to provide high quality, accessible, sustainable transport across Ireland. The Core Bus Corridors Infrastructure Works (CBCIW) is an integral part of the BusConnects Dublin which aims to deliver an enhanced bus system that is better for the city, its people, and the environment. The BusConnects Dublin CBCIW involves the development of continuous bus priority infrastructure and improved pedestrian and cycling facilities on key radial core corridors in the Greater Dublin Area, across the local authority jurisdictions of Dublin City Council, South Dublin County Council, Dún Laoghaire-Rathdown County Council, Fingal County Council, and Wicklow County Council. Overall, the CBCIW encompasses the delivery of approximately 230km of dedicated bus lanes and 200kms of cycle tracks. The Transport Strategy for the Greater Dublin Area 2022-2042 sets out that subject to obtaining statutory planning approvals, the NTA will deliver the works through 12 Core Bus Corridors as per the Dublin BusConnects programme. Further information about the 12 schemes making up the CBCIW can be found within the procurement documents. In order to deliver the individual scheme’s the NTA is seeking to establish a framework covering all 12 CBCIW schemes in their current form alongside any successors and/or variations. Up to 6 Contractors will be appointed to the framework to facilitate the successful delivery of the CBCIW schemes. This procurement will follow the negotiated procedure with prior call for competition. Up to 8 Candidates may be shortlisted from the Pre-Qualification stage to the Invitation To Negotiate (ITN) stage. The framework value is excluding VAT. Given the long term duration of the framework, as well as the nature of the schemes to be constructed, it is not possible to provide a definitive estimate of the value of the framework. The estimated value stated within this notice represents the NTA’s best estimate at this stage, but the actual value of the framework may be higher or lower depending on the actual volume of services required. It is anticipated that the framework will be in place for a period of four (4) years with the option to extend annually for up to four (4) additional years (4+1+1+1+1) at the sole discretion of the NTA. The estimated framework value encompasses the 12 schemes over the full 8 year duration. At ITN stage, the evaluation will be based on an initial tender which will comprise of technical and commercial responses to be submitted by Tenderers. Tenders will be evaluated to determine the most economically advantageous tenderer(s). The NTA reserves the right to not conduct any negotiation and accept initial tenders as final. The NTA will utilise the New Engineering Contract 4 (NEC4) for call-off contracts.
Procedure identifier : 911fa3a1-787d-439b-8c9e-2592caf1aba0
Previous notice : 0edf84f0-386d-42cd-986e-656e80392b4e-01
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 45233121 Main road construction works
Additional classification ( cpv ): 45233122 Ring road construction work
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71322500 Engineering-design services for traffic installations
Additional classification ( cpv ): 71322300 Bridge-design services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 79416000 Public relations services
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45233120 Road construction works
Additional classification ( cpv ): 45233123 Secondary road construction work
Additional classification ( cpv ): 45233125 Road junction construction work
Additional classification ( cpv ): 45233140 Roadworks
Additional classification ( cpv ): 45221111 Road bridge construction work
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71327000 Load-bearing structure design services

2.1.2 Place of performance

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

2.1.3 Value

Maximum value of the framework agreement : 2 500 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : BusConnects Dublin Core Bus Corridors Infrastructure Works (CBCIW) Framework Agreement
Description : The NTA is a statutory non-commercial body, which operates under the aegis of the Department of Transport. Established in 2009, the NTA is responsible for developing and implementing strategies to provide high quality, accessible, sustainable transport across Ireland. The Core Bus Corridors Infrastructure Works (CBCIW) is an integral part of the BusConnects Dublin which aims to deliver an enhanced bus system that is better for the city, its people, and the environment. The BusConnects Dublin CBCIW involves the development of continuous bus priority infrastructure and improved pedestrian and cycling facilities on key radial core corridors in the Greater Dublin Area, across the local authority jurisdictions of Dublin City Council, South Dublin County Council, Dún Laoghaire-Rathdown County Council, Fingal County Council, and Wicklow County Council. Overall, the CBCIW encompasses the delivery of approximately 230km of dedicated bus lanes and 200kms of cycle tracks. The Transport Strategy for the Greater Dublin Area 2022-2042 sets out that subject to obtaining statutory planning approvals, the NTA will deliver the works through 12 Core Bus Corridors as per the Dublin BusConnects programme. Further information about the 12 schemes making up the CBCIW can be found within the procurement documents. In order to deliver the individual scheme’s the NTA is seeking to establish a framework covering all 12 CBCIW schemes in their current form alongside any successors and/or variations. Up to 6 Contractors will be appointed to the framework to facilitate the successful delivery of the CBCIW schemes. This procurement will follow the negotiated procedure with prior call for competition. Up to 8 Candidates may be shortlisted from the Pre-Qualification stage to the Invitation To Negotiate (ITN) stage. The framework value is excluding VAT. Given the long term duration of the framework, as well as the nature of the schemes to be constructed, it is not possible to provide a definitive estimate of the value of the framework. The estimated value stated within this notice represents the NTA’s best estimate at this stage, but the actual value of the framework may be higher or lower depending on the actual volume of services required. It is anticipated that the framework will be in place for a period of four (4) years with the option to extend annually for up to four (4) additional years (4+1+1+1+1) at the sole discretion of the NTA. The estimated framework value encompasses the 12 schemes over the full 8 year duration. At ITN stage, the evaluation will be based on an initial tender which will comprise of technical and commercial responses to be submitted by Tenderers. Tenders will be evaluated to determine the most economically advantageous tenderer(s). The NTA reserves the right to not conduct any negotiation and accept initial tenders as final. The NTA will utilise the New Engineering Contract 4 (NEC4) for call-off contracts.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 45233121 Main road construction works
Additional classification ( cpv ): 45233122 Ring road construction work
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71322500 Engineering-design services for traffic installations
Additional classification ( cpv ): 71322300 Bridge-design services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 79416000 Public relations services
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45233120 Road construction works
Additional classification ( cpv ): 45233123 Secondary road construction work
Additional classification ( cpv ): 45233125 Road junction construction work
Additional classification ( cpv ): 45233140 Roadworks
Additional classification ( cpv ): 45221111 Road bridge construction work
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71327000 Load-bearing structure design services

5.1.2 Place of performance

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

5.1.5 Value

Estimated value excluding VAT : 2 500 000 000 Euro

5.1.6 General information

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 : Fulfilment of social objectives
Description : Detailed in the business case (Infrastructure Guidelines)
Approach to reducing environmental impacts : Climate change adaptation
Green Procurement Criteria : EU Green Public Procurement criteria
Social objective promoted : Accessibility for all

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.12 Terms of procurement

Information about review deadlines : See Procurement Documents

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
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 : See Procurement Documents
Organisation providing additional information about the procurement procedure : National Transport Authority_1149
Organisation providing offline access to the procurement documents : National Transport Authority_1149

6. Results

Maximum value of the framework agreements in this notice : 2 500 000 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 2 500 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : Farrans Construction trading as a division of Northstone (NI) Ltd
Tender :
Tender identifier : 000102443
Identifier of lot or group of lots : LOT-0001
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 421449
Date of the conclusion of the contract : 05/06/2025
Winner :
Official name : GMC Utilities Group
Tender :
Tender identifier : 000102575
Identifier of lot or group of lots : LOT-0001
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 421446
Date of the conclusion of the contract : 05/06/2025
Winner :
Official name : John Graham Construction Ltd trading as Graham
Tender :
Tender identifier : 000102552
Identifier of lot or group of lots : LOT-0001
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 421445
Date of the conclusion of the contract : 05/06/2025
Winner :
Official name : John Sisk and Son (Holdings) Ltd
Tender :
Tender identifier : 000102668
Identifier of lot or group of lots : LOT-0001
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 421448
Date of the conclusion of the contract : 05/06/2025
Winner :
Official name : Jons Clonmel JV Limited
Tender :
Tender identifier : 000102527
Identifier of lot or group of lots : LOT-0001
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 421444
Date of the conclusion of the contract : 05/06/2025
Winner :
Official name : Wills Bros Ltd_21605
Tender :
Tender identifier : 000102656
Identifier of lot or group of lots : LOT-0001
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 421447
Date of the conclusion of the contract : 05/06/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 9

8. Organisations

8.1 ORG-0001

Official name : National Transport Authority_1149
Registration number : 000000
Postal address : Haymarket House Smithfield Dublin 7
Town : Dublin
Postcode : D07 CF98
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0353 1 879 8300
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Jons Clonmel JV Limited
Registration number : 94338
Postal address : Carranstown, Drogheda Road
Town : Duleek
Postcode : A92 K654
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353419823682
Internet address : www.jonscivil.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : John Sisk and Son (Holdings) Ltd
Registration number : 241278
Postal address : 3007 Lake Drive, Citywest Business Campus
Town : Dublin 24
Postcode : D24 N2HR
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0353 1 409 1500
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0004

Official name : John Graham Construction Ltd trading as Graham
Registration number : GB390813838
Town : Hillsborough
Postcode : BT26 6HX
Country subdivision (NUTS) : Belfast ( UKN06 )
Country : United Kingdom
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0005

Official name : Farrans Construction trading as a division of Northstone (NI) Ltd
Registration number : 902005
Town : Dunmurry
Postcode : BT17 9NU
Country subdivision (NUTS) : Belfast ( UKN06 )
Country : United Kingdom
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0006

Official name : GMC Utilities Group
Registration number : 374023
Postal address : GMC House, Millennium Business Park, Cappagh Road Ballycoolin, Dublin 11 Ireland
Town : Dublin
Postcode : D11 ER02
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 8649800
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0007

Official name : Wills Bros Ltd_21605
Registration number : 75629
Postal address : Ballylahan Bridge, Foxford
Town : Foxford
Postcode : F62NP92
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353949256221
Internet address : www.willsbros.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0008

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-0009

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

11. Notice information

11.1 Notice information

Notice identifier/version : c3dab893-6cce-43d4-add2-2623491b2677 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 01/07/2025 14:38 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00432955-2025
OJ S issue number : 125/2025
Publication date : 03/07/2025