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 Servizi di consulenza in ingegneria strutturale, 79415200 Servizi di consulenza nella progettazione, 71621000 Servizi di analisi o consulenza tecnica
Luogo di esecuzione:
Local Authority Management of Exceptional Abnormal Loads Framework
Ente di assegnazione:
Limerick City and County Council_103432
Numero di premio:
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
Previous notice : f75edadc-748c-4945-a72d-72c516e422bc-01
Type of procedure : Open
The procedure is accelerated : no

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 subdivision (NUTS) : South-West ( IE053 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 1 000 000 Euro
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 subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 1 000 000 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 : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Description : MEAT
Description of the method to be used if weighting cannot be expressed by criteria : MEAT

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
Organisation providing offline access to the procurement documents : Limerick City and County Council_103432
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

Approximate value of the framework agreements : 1 000 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Re-estimated value of the framework agreement : 1 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : PUNCH Consulting Engineers
Tender :
Tender identifier : 000124262
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 424110
Date on which the winner was chosen : 15/08/2025
Date of the conclusion of the contract : 04/09/2025
Winner :
Official name : Langan Consulting Engineers Ltd
Tender :
Tender identifier : 000124114
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 424112
Date on which the winner was chosen : 15/08/2025
Date of the conclusion of the contract : 04/09/2025
Winner :
Official name : AtkinsRéalis_10323
Tender :
Tender identifier : 000124100
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 424105
Date on which the winner was chosen : 15/08/2025
Date of the conclusion of the contract : 04/09/2025
Winner :
Official name : Fehily Timoney and Company_66616
Tender :
Tender identifier : 000123880
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 424106
Date on which the winner was chosen : 15/08/2025
Date of the conclusion of the contract : 04/09/2025
Winner :
Official name : RPS Consulting Engineers Ltd.
Tender :
Tender identifier : 000124085
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 424109
Date on which the winner was chosen : 15/08/2025
Date of the conclusion of the contract : 04/09/2025
Winner :
Official name : Hewson Consulting Engineers
Tender :
Tender identifier : 000124278
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 424111
Date on which the winner was chosen : 15/08/2025
Date of the conclusion of the contract : 04/09/2025
Winner :
Official name : O'Connor Sutton Cronin_19870
Tender :
Tender identifier : 000123390
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 424107
Date on which the winner was chosen : 15/08/2025
Date of the conclusion of the contract : 04/09/2025
Winner :
Official name : Roughan and O'Donovan _20818
Tender :
Tender identifier : 000123977
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 424108
Date on which the winner was chosen : 15/08/2025
Date of the conclusion of the contract : 04/09/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 8

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

8.1 ORG-0002

Official name : PUNCH Consulting Engineers
Size of the economic operator : Micro, small, or medium
Registration number : 111183
Postal address : 97 Henry Street
Town : Limerick
Postcode : V94 YC2H
Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Telephone : 012712200
Internet address : www.punchconsulting.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : Langan Consulting Engineers Ltd
Size of the economic operator : Micro, small, or medium
Registration number : 584637
Postal address : Leeson Enterprise Centre, Altamont Street
Town : Westport
Postcode : F28 ET85
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0877528791
Internet address : www.langaneng.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0004

Official name : AtkinsRéalis_10323
Size of the economic operator : Micro, small, or medium
Registration number : 222745
Postal address : AtkinsRéalis House, 150 Airside Business Park, Swords, Co. Dublin
Town : Swords
Postcode : K67 K5W4
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 353 1 810 8104
Internet address : www.atkinsrealis.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0005

Official name : Fehily Timoney and Company_66616
Size of the economic operator : Micro, small, or medium
Registration number : IE180497
Postal address : Core House, Pouladuff Road
Town : Cork
Postcode : T12D773
Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Telephone : 0214964133
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0006

Official name : RPS Consulting Engineers Ltd.
Size of the economic operator : Micro, small, or medium
Registration number : 0024090656
Postal address : West Pier Business Campus
Town : Dublin
Postcode : A96 N6T7
Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Telephone : +35314882900
Internet address : http://www.rpsgroup.com/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0007

Official name : Hewson Consulting Engineers
Size of the economic operator : Micro, small, or medium
Registration number : 5383430
Town : Newcastle West, Ireland
Postcode : V42 F982
Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0008

Official name : O'Connor Sutton Cronin_19870
Size of the economic operator : Micro, small, or medium
Registration number : 138329
Postal address : 9 Prussia Street, Dublin 7,
Town : Dublin
Postcode : D07 KT57
Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Telephone : 0873442450
Internet address : www.ocsc.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0009

Official name : Roughan and O'Donovan _20818
Size of the economic operator : Micro, small, or medium
Registration number : 223146
Town : Dublin
Postcode : D18 Y3X2
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0010

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-0011

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 : 278a5bed-f7c0-49e1-a2ed-8458019d450d - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 04/09/2025 17:52 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00583510-2025
OJ S issue number : 171/2025
Publication date : 08/09/2025