Ireland-Dublin: Personnel-training services
Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.
Title | Ireland-Dublin: Personnel-training services |
OJEU (High Value) | 323826-2020 |
Type | Invitation to tender |
Date Published | 2020-07-10 |
Deadline | 2020-08-07 12:00:00 |
Nature Of Contract | Service contract |
Awarding Authority | |
Procedure | Open procedure |
Description : |
I.1) Name and addresses: NUTS code: IE Communication I.3) Procurement documents (URL):http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=169850&B=ETENDERS_SIMPLE Additional Information I.3.4) Additional information can be obtained from: I.3.6)Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=169850&B=ETENDERS_SIMPLE I.3.8) to the above mentioned address I.4) Type of the contracting authority: MINISTRY I.5.1) Main Activity: GENERAL PUBLIC SERVICES Single Supplier Framework Contracts for the Provision of Leadership Development Training for the Civil Service II.1.4) Short description In summary, the services comprise of leadership development training for the civil service: Lot 1: Future Focused Leadership, Lot 2: Leadership Behaviours, Lot 3: Leadership Capabilities. While tenderers may submit tenders for each of lots 1-3, tenderers will be limited to being awarded two (2) lots. II.01) Estimated value excluding VAT: EUR 4180000.00 II.1.6) This contract is divided into lots: yes II.1.6.6) Maximum number of lots that may be awarded to one tenderer: 2 Future Focused Leadership II.2.1) Lot No: 1 NUTS code: IE II.2.3.2) Main site or place of performance: Dublin 1. II.1.4) Short description The contracting authority invites tenders (‘Tenders’) from economic operators (‘Tenderers’) for the award of three single supplier framework contracts (the ‘Framework Contract’) for the provision of the services as described in Appendix 1 to this RFT (‘the Services’). In summary, the Services comprise: leadership development training for the civil service. This competition will be divided into three (3) lots (each a ‘Lot’). Each Lot will result in a separate Framework Contract. II.2.5) Award criteria: Criteria: Quality of Tenderer’s approach in relation to organisational capacity abnd personnel Weighting: 300 Criteria: Quality of Tenderer’s approach in relation to the training locations, venues and materials logistics Weighting: 50 Criteria: Quality of Tenderer’s approach in relation to course content and delivery and impact of training Weighting: 250 Criteria: Quality of Tenderer’s approach in relation to scheduling and administration Weighting: 50 Criteria: Quality of Tenderer’s approach in relation to the contract management and key account manager — to include contract management information (MI) Weighting: 50 Cost/Price Criteria: Cost of Services provided Weighting: 300 Value excluding VAT: EUR 1130000.00 II.02.07) Duration in months 24 II.2.7.5) This contract is subject to renewal: yes II.2.7.6) Description of renewals: The contracting authority reserves the right to extend the term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the contracting authority’s obligations at law. The term will not exceed four [4] years in aggregate. II.2.10) Variants will be accepted: no II.2.11) Options II.2.11.2) Description of options The contracting authority reserves the right to extend the term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the contracting authority’s obligations at law. The Term will not exceed four (4) years in aggregate. The procurement is related to a project and/or programme financed by European Union funds): no Leadership Behaviours II.2.1) Lot No: 2 NUTS code: IE II.2.3.2) Main site or place of performance: Dublin 1. II.1.4) Short description The contracting authority invites Tenders (‘Tenders’) from economic operators (‘Tenderers’) for the award of three single supplier Framework Contracts (the ‘Framework Contract’) for the provision of the Services as described in Appendix 1 to this RFT (‘the Services’). In summary, the Services comprise: leadership development training for the civil service. This competition will be divided into three (3) lots (each a ‘Lot’). Each Lot will result in a separate Framework Contract. II.2.5) Award criteria: Criteria: Quality of Tenderer’s approach in relation to organisational capacity and personnel Weighting: 300 Criteria: Quality of Tenderer’s approach in relation to the training locations, venues and materials logistics Weighting: 50 Criteria: Quality of Tenderer’s approach in relation to course content and delivery and impact of training Weighting: 250 Criteria: Quality of Tenderer’s approach in relation to scheduling and administration Weighting: 50 Criteria: Quality of Tenderer’s approach in relation to the contract management and key account manager — to include contract management information (MI) Weighting: 50 Cost/Price Criteria: Cost of services provided Weighting: 300 Value excluding VAT: EUR 1470000.00 II.02.07) Duration in months 24 II.2.7.5) This contract is subject to renewal: yes II.2.7.6) Description of renewals: The contracting authority reserves the right to extend the term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the contracting authority’s obligations at law. The term will not exceed four (4) years in aggregate. II.2.10) Variants will be accepted: no II.2.11) Options II.2.11.2) Description of options The contracting authority reserves the right to extend the term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the contracting authority’s obligations at law. The term will not exceed four (4) years in aggregate. The procurement is related to a project and/or programme financed by European Union funds): no Leadership Capabilities II.2.1) Lot No: 3 NUTS code: IE II.2.3.2) Main site or place of performance: Dublin 1. II.1.4) Short description The contracting authority invites Tenders (‘Tenders’) from economic operators (‘Tenderers’) for the award of three single supplier Framework Contracts (the ‘Framework Contract’) for the provision of the Services as described in Appendix 1 to this RFT (‘the Services’). In summary, the Services comprise: leadership development training for the civil service. This competition will be divided into three (3) lots (each a ‘Lot’). Each Lot will result in a separate Framework Contract. II.2.5) Award criteria: Criteria: Quality of Tenderer’s approach in relation to organisational capacity and personnel Weighting: 300 Criteria: Quality of Tenderer’s approach in relation to the training locations, venues and materials logistics Weighting: 50 Criteria: Quality of Tenderer’s approach in relation to course content and delivery and impact of training Weighting: 250 Criteria: Quality of Tenderer’s approach in relation to scheduling and administration Weighting: 50 Criteria: Quality of Tenderer’s approach in relation to the contract management and key account manager — to include contract management information (MI) Weighting: 50 Cost/Price Criteria: Cost of services provided. Weighting: 300 Value excluding VAT: EUR 1580000.00 II.02.07) Duration in months 24 II.2.7.5) This contract is subject to renewal: yes II.2.7.6) Description of renewals: The contracting authority reserves the right to extend the term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the contracting authority’s obligations at law. The term will not exceed four (4) years in aggregate. II.2.10) Variants will be accepted: no II.2.11) Options II.2.11.2) Description of options The contracting authority reserves the right to extend the term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the contracting authority’s obligations at law. The term will not exceed four (4) years in aggregate. The procurement is related to a project and/or programme financed by European Union funds): no III.1.1) List and brief description of conditions Please refer to the request for tender documents associated with the notice published on www.etenders.gov.ie (RFT #172344). III.1.2.3) List and brief description of selection criteria Please refer to the request for tender documents associated with the notice published on www.etenders.gov.ie (RFT #172344). III.1.2.4) Minimum level(s) of standards possibly required Please refer to the request for tender documents associated with the notice published on www.etenders.gov.ie (RFT #172344). III.1.3.2) List and brief description of selection criteria Please refer to the request for tender documents associated with the notice published on www.etenders.gov.ie (RFT #172344). III.1.3.3) Minimum level(s) of standards possibly required Please refer to the request for tender documents associated with the notice published on www.etenders.gov.ie (RFT #172344). III.2.2) Contract performance conditions Please refer to the request for tender documents associated with the notice published on www.etenders.gov.ie (RFT #172344). IV.1.1) Type of procedure: Open IV.1.3) The procurement involves the establishment of a framework agreement IV.2.1) Time limit for receipt of tenders or requests to participate IV.2.2) Date 2020-08-07 IV.2.2) Local time 12:00 IV.2.6) Duration in months (from the date stated for receipt of tender): 6 IV.2.7) Conditions for opening of tenders IV.2.7) Date 2020-08-07 IV.2.7) Local time 12:00 Review body: VI.4.3) Precise information on deadline(s) for review procedures Please consult your own legal advisors. Date of dispatch of this notice : 2020-07-06 |
CPV Codes |
79632000; 79633000; 79634000; 80420000; 80430000; 80500000; 80510000; 80511000; 80520000; 80521000; 80522000; 80530000; 80532000; 80570000; 80590000; 85312310; 92312212; 80531100; Personnel-training services; Staff development services; Career guidance services; E-learning services; Adult-education services at university level; Training services; Specialist training services; Staff training services; Training facilities; Training programme services; Training seminars; Vocational training services; Management training services; Personal development training services; Tutorial services; Guidance services; Services related to the preparation of training manuals; Industrial training services; |
Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions. |
|