Local Authority Management of Exceptional Abnormal Loads Framework

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 …

CPV: 71312000 Structural engineering consultancy services, 71621000 Technical analysis or consultancy services, 79415200 Design consultancy services
Deadline:
Aug. 1, 2025, midnight
Deadline type:
Submitting a bid
Place of execution:
Local Authority Management of Exceptional Abnormal Loads Framework
Awarding body:
Limerick City and County Council_103432
Award number:
0

1. Buyer

1.1 Buyer

Official name : Limerick City and County Council_103432
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Local Authority Management of Exceptional Abnormal Loads Framework
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.
Procedure identifier : 5b4796ea-2d9f-4cd4-b1fb-466f75057448
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 ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 1 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Local Authority Management of Exceptional Abnormal Loads Framework
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.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 08/09/2025
Duration end date : 30/08/2029

5.1.5 Value

Estimated value excluding VAT : 1 000 000 Euro

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 : Reduction of environmental impacts
Description : Demonstration of sustainable technologies or practices proposed during the contract.
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria

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 : 01/08/2025 00:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 01/08/2025 00:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 8
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 attached documents for further information.
Organisation providing offline access to the procurement documents : Limerick City and County Council_103432 -
Organisation providing more information on the review procedures : Limerick City and County Council_103432 -
Organisation receiving requests to participate : Limerick City and County Council_103432 -
Organisation processing tenders : Limerick City and County Council_103432 -

8. Organisations

8.1 ORG-0001

Official name : Limerick City and County Council_103432
Registration number : 3267368TH
Postal address : Merchant's Quay,
Town : Limerick.
Postcode : V94 EH90
Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Telephone : +353 61 556000
Internet address : https://www.limerick.ie/
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

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 : f75edadc-748c-4945-a72d-72c516e422bc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 18/06/2025 16:31 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00401966-2025
OJ S issue number : 117/2025
Publication date : 20/06/2025