TII280 MetroLink Insurance Advisory and Brokerage Services Framework

TII is seeking to contract for the provision of a full range of insurance review, brokerage, placement, and advisory services to support the MetroLink Project. The range of services to be provided shall include but shall not be limited to the matters listed below: A. General Insurance Programme and Contract …

CPV: 66519310 Insurance consultancy services
Place of execution:
TII280 MetroLink Insurance Advisory and Brokerage Services Framework
Awarding body:
Transport Infrastructure Ireland (TII)
Award number:
TII280

1. Buyer

1.1 Buyer

Official name : Transport Infrastructure Ireland (TII)
Legal type of the buyer : Body governed by public law
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 : TII280 MetroLink Insurance Advisory and Brokerage Services Framework
Description : TII is seeking to contract for the provision of a full range of insurance review, brokerage, placement, and advisory services to support the MetroLink Project. The range of services to be provided shall include but shall not be limited to the matters listed below: A. General Insurance Programme and Contract Assessment and Advice, B. Negotiation and Placement of Policies/Procurement support C. Claims Management & Analysis D. Technical & Specialist Services, including drafting support and contract advice for all contracts and interface agreements associated with the project. E. Information and Support F. Miscellaneous Insurance and Advisory Services as may be required during the lifetime of the MetroLink project up to and including putting in service. These services should include delivering the most appropriate and cost-effective insurance solutions to meet the needs of TII, providing advice and guidance in respect of handling insurance related issues with third parties, and all other requirements. Subject to advices, TII intends to put in place an Owner Controlled Insurance Programme in respect of the MetroLink Project. It is anticipated that most or all of the proposed MetroLink contracts will be included in the OCIP, including all or some of the Enabling Works packages. TII will also require that all contractors who are appointed to undertake works associated with the Project should maintain their owns elected insurances (Required Insurances) according to the conditions of the core contracts. Note, TII / NTA have reserved the right in the Information Memorandum and Pre-Qualification Questionnaire to use this Framework for other Projects as they may arise during the lifetime of the framework.
Procedure identifier : 8383d78e-d82f-46dd-89ea-639a3b559c30
Internal identifier : TII280
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66519310 Insurance consultancy services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 3 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : TII280 MetroLink Insurance Advisory and Brokerage Services Framework
Description : TII is seeking to contract for the provision of a full range of insurance review, brokerage, placement, and advisory services to support the MetroLink Project. The range of services to be provided shall include but shall not be limited to the matters listed below: A. General Insurance Programme and Contract Assessment and Advice, B. Negotiation and Placement of Policies/Procurement support C. Claims Management & Analysis D. Technical & Specialist Services, including drafting support and contract advice for all contracts and interface agreements associated with the project. E. Information and Support F. Miscellaneous Insurance and Advisory Services as may be required during the lifetime of the MetroLink project up to and including putting in service. These services should include delivering the most appropriate and cost-effective insurance solutions to meet the needs of TII, providing advice and guidance in respect of handling insurance related issues with third parties, and all other requirements. Subject to advices, TII intends to put in place an Owner Controlled Insurance Programme in respect of the MetroLink Project. It is anticipated that most or all of the proposed MetroLink contracts will be included in the OCIP, including all or some of the Enabling Works packages. TII will also require that all contractors who are appointed to undertake works associated with the Project should maintain their owns elected insurances (Required Insurances) according to the conditions of the core contracts. Note, TII / NTA have reserved the right in the Information Memorandum and Pre-Qualification Questionnaire to use this Framework for other Projects as they may arise during the lifetime of the framework.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66519310 Insurance consultancy services

5.1.2 Place of performance

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

5.1.5 Value

Estimated value excluding VAT : 3 000 000 Euro

5.1.6 General information

The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.15 Techniques

Framework agreement :
Framework agreement, without 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
Organisation providing additional information about the procurement procedure : European Dynamics S.A.
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation signing the contract : Transport Infrastructure Ireland (TII)

6. Results

Maximum value of the framework agreements in this notice : 3 000 000 Euro
Approximate value of the framework agreements : 3 000 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 3 000 000 Euro
Re-estimated value of the framework agreement : 3 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : Willis Towers Watson
Tender :
Tender identifier : Willis Towers Watson
Identifier of lot or group of lots : LOT-0001
Value of the tender : 3 000 000 Euro
The tender was ranked : yes
Rank in the list of winners : 1
The tender is a variant : no
Country of origin of the product or the service : Ireland
Subcontracting : No
Contract information :
Identifier of the contract : TII280
Date on which the winner was chosen : 12/05/2023
Date of the conclusion of the contract : 12/05/2023
Organisation signing the contract : Transport Infrastructure Ireland (TII)

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Transport Infrastructure Ireland (TII)
Registration number : 9510201H
Postal address : Parkgate Business Centre, Parkgate Street
Town : Dublin
Postcode : D08 DK10
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 00 353 1 6463600
Internet address : https://www.tii.ie/
Buyer profile : https://www.tii.ie/
Roles of this organisation :
Buyer
Organisation signing the contract

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
Organisation providing more information on the review procedures

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
Organisation providing additional information about the procurement procedure

8.1 ORG-0004

Official name : Willis Towers Watson
Size of the economic operator : Medium
Registration number : IE402562
Town : Dublin
Postcode : DO4 P231
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

Notice information

Notice identifier/version : ea6eb511-abd0-4516-9d7c-fb630264d5d6 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 27/08/2025 10:53 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00563237-2025
OJ S issue number : 164/2025
Publication date : 28/08/2025