1. Buyer
1.1.
Buyer
Official name: Transport Infrastructure Ireland (TII)
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: TII525 - Independent Safety Assessor
Description: An Independent Safety Assessor is required as part of the tram vehicle safety approvals process for the procurement of the new Red Line fleet. This is a mandatory requirement by the Commission for Railway Regulation (i.e. ‘the regulator’). Tenderers are invited to review the ITT documentation and submit their responses via the eTenders electronic postbox by the stated deadline. Only responses received through the portal will be accepted. Further updates will be provided as the process moves forward, including clarification handling, evaluation planning and the subsequent stages of assessment.
Procedure identifier: 318b34a0-dca2-41eb-89e3-cc0a6fa500a0
Type of procedure: Open
The procedure is accelerated: no
2.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 79417000 Safety consultancy services
2.1.2.
Place of performance
Country subdivision (NUTS): Dublin (IE061)
Country: Ireland
2.1.3.
Value
Estimated value excluding VAT: 300 000,00 EUR
2.1.4.
General information
Legal basis:
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: Procurement Document
5. Lot
5.1.
Lot: LOT-0001
Title: TII525 - Independent Safety Assessor
Description: An Independent Safety Assessor is required as part of the tram vehicle safety approvals process for the procurement of the new Red Line fleet. This is a mandatory requirement by the Commission for Railway Regulation (i.e. ‘the regulator’). Tenderers are invited to review the ITT documentation and submit their responses via the eTenders electronic postbox by the stated deadline. Only responses received through the portal will be accepted. Further updates will be provided as the process moves forward, including clarification handling, evaluation planning and the subsequent stages of assessment.
Internal identifier: 0
5.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 79417000 Safety consultancy services
5.1.2.
Place of performance
Country subdivision (NUTS): Dublin (IE061)
Country: Ireland
5.1.3.
Estimated duration
Duration: 36 Months
5.1.5.
Value
Estimated value excluding VAT: 300 000,00 EUR
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
Approach to reducing environmental impacts: Other
Green Procurement Criteria: Other Green Public Procurement criteria
5.1.9.
Selection criteria
Sources of selection criteria: Procurement Document
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
Deadline for requesting additional information: 18/05/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
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: 27/05/2026 12:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Duration during which the tender must remain valid: 6 Days
Information about public opening:
Opening date: 27/05/2026 12:30:00 (UTC+01:00) Central European Time, Western European Summer Time
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:
No framework agreement
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: Transport Infrastructure Ireland (TII)
Organisation providing more information on the review procedures: The High Court of Ireland
Organisation receiving requests to participate: Transport Infrastructure Ireland (TII)
Organisation processing tenders: Transport Infrastructure Ireland (TII)
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
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
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
Notice identifier/version: ddb75a5b-2f74-4778-a044-526271171364 - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 16
Notice dispatch date: 28/04/2026 19:01:55 (UTC+01:00) Central European Time, Western European Summer Time
Languages in which this notice is officially available: English
Notice publication number: 298035-2026
OJ S issue number: 84/2026
Publication date: 30/04/2026