Start your own Business Skills
Lot No:
1
II.2.2)
Additional CPV code(s)
79900000
-
Miscellaneous business and business-related services
80500000
-
Training services
80510000
-
Specialist training services
80521000
-
Training programme services
80570000
-
Personal development training services
II.2.3)
Place of performance
Main site or place of performance:
Dublin City Council Administrative Area
II.2.4)
Description of the procurement
Dublin City Council (the “Contracting Authority”) wishes to establish a Multi-party Framework Agreement for the provision of Training Services for the LEO. The requirements of this Framework Agreement are divided into six (6) Lots and Tenderers may apply for admission to the Framework Agreement under one or more Lots.
Tenderers applying for admission to more than one Lot must complete a separate Tender Response Document (TRD) in respect of each Lot for which they are applying.
A maximum of 3 Service Providers, subject to that number qualifying under the terms of the tender, will be admitted to the Framework Agreement in respect of each Lot. The Framework Agreement will comprise of following six (6) Lots;
• Lot 1 Start your own Business Skills
• Lot 2 General Business Skills
• Lot 3 Marketing Skills
• Lot 4 Financial Skills
• Lot 5 Library Talks
• Lot 6 Trading Online Voucher workshop
The term of this Framework Agreement shall be for one year. The Contracting Authority reserves the right to extend the term for a period or periods of up to 12 months with a maximum of three (3) such extension(s) on the same terms and condition. The duration of any contract entered into under the Framework Agreement may extend beyond the date of expiry of the Framework Agreement.
The total estimated value of the Framework Agreement will be approximately €800,000 over the term and any possible extensions (4 years). The estimated value of the lots is as follows;
• Lot 1 €380,000
• Lot 2 €140,000
• Lot 3 €130,000
• Lot 4 €110,000
• Lot 5 €22,500
• Lot 6 €17,500
The Framework Agreement will operate as follows:
• A maximum of 3 Service Providers, subject to that number qualifying under the terms of the tender, will be admitted to the Framework Agreement in respect of each Lot
• Successful Tenderers to be evaluated and ranked 1,2 and 3 in respect of each Lot for the term of the Framework Agreement
• The Successful Tenderer ranked number 1 will have first option on all business for the term of the Framework Agreement for the Lot or Lots for which they have applied and are selected for in the Framework Agreement. If unable to meet requirements as stated, cascade method will be used – i.e. 2nd ranked tenderer will be consulted, followed by 3rd.
Tenderers should note that there is no guaranteed level of expenditure under this Framework Agreement and that the Contracting Authority shall be under no obligation to purchase any minimum value of service under this Framework Agreement. Under this Framework Agreement no obligation whatsoever exists on the Contracting Authority to award any contract(s). No contract awarded pursuant to this competition will confer exclusivity to the Service Providers where appointed.
The appointment to the Framework Agreement is being made by a process of competitive Tender using the Open Procedure. The regulatory framework applicable to the Tender process comprises Directive 2014/24/EU of the European Parliament and of the Council, on the coordination of procedures for the award of public works contracts, public supply contracts and public service contracts implemented into Irish law by European Communities (Award of Public Authorities’ Contracts) Regulations 2016, S.I. No. 329 of 2016. The Tender process is being conducted in compliance with the legal framework established by this legislation.
Admission to the Framework Agreement may be subject to a presentation and clarification meeting. It would be essential that the key personnel assigned to this contract should be available and present at this meeting.
Criteria below
Quality criterion
-
Name:
Quality and fitness for purpose of the proposed Course Content, Course Delivery and Supporting materials in respect of the Lot being applied for
/
Weighting:
30
Quality criterion
-
Name:
Quality and Balance of the Training Resources proposed for delivery of programmes
/
Weighting:
30
Cost criterion
-
Name:
Ultimate Cost
/
Weighting:
40
II.2.11)
Information about options
Options:
yes
Description of options:
This contract is for twelve (12) months with the option to extend for an additional thirty-six (36) subject to annual, periodic and other reviews.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
yes
Identification of the project:
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 153909. Funded by European Structural and Investment Funds Programmes 2014-2020 and the European Regional Development Fund.
II.2.14)
Additional information
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 153909. Funded by European Structural and Investment Funds Programmes 2014-2020 and the European Regional Development Fund.
General Business Skills
Lot No:
2
II.2.2)
Additional CPV code(s)
79900000
-
Miscellaneous business and business-related services
80500000
-
Training services
80510000
-
Specialist training services
80521000
-
Training programme services
80570000
-
Personal development training services
II.2.3)
Place of performance
Main site or place of performance:
Dublin City Council Administrative Area
II.2.4)
Description of the procurement
Dublin City Council (the “Contracting Authority”) wishes to establish a Multi-party Framework Agreement for the provision of Training Services for the LEO. The requirements of this Framework Agreement are divided into six (6) Lots and Tenderers may apply for admission to the Framework Agreement under one or more Lots.
Tenderers applying for admission to more than one Lot must complete a separate Tender Response Document (TRD) in respect of each Lot for which they are applying.
A maximum of 3 Service Providers, subject to that number qualifying under the terms of the tender, will be admitted to the Framework Agreement in respect of each Lot. The Framework Agreement will comprise of following six (6) Lots;
• Lot 1 Start your own Business Skills
• Lot 2 General Business Skills
• Lot 3 Marketing Skills
• Lot 4 Financial Skills
• Lot 5 Library Talks
• Lot 6 Trading Online Voucher workshop
The term of this Framework Agreement shall be for one year. The Contracting Authority reserves the right to extend the term for a period or periods of up to 12 months with a maximum of three (3) such extension(s) on the same terms and condition. The duration of any contract entered into under the Framework Agreement may extend beyond the date of expiry of the Framework Agreement.
The total estimated value of the Framework Agreement will be approximately €800,000 over the term and any possible extensions (4 years). The estimated value of the lots is as follows;
• Lot 1 €380,000
• Lot 2 €140,000
• Lot 3 €130,000
• Lot 4 €110,000
• Lot 5 €22,500
• Lot 6 €17,500
The Framework Agreement will operate as follows:
• A maximum of 3 Service Providers, subject to that number qualifying under the terms of the tender, will be admitted to the Framework Agreement in respect of each Lot
• Successful Tenderers to be evaluated and ranked 1,2 and 3 in respect of each Lot for the term of the Framework Agreement
• The Successful Tenderer ranked number 1 will have first option on all business for the term of the Framework Agreement for the Lot or Lots for which they have applied and are selected for in the Framework Agreement. If unable to meet requirements as stated, cascade method will be used – i.e. 2nd ranked tenderer will be consulted, followed by 3rd.
Tenderers should note that there is no guaranteed level of expenditure under this Framework Agreement and that the Contracting Authority shall be under no obligation to purchase any minimum value of service under this Framework Agreement. Under this Framework Agreement no obligation whatsoever exists on the Contracting Authority to award any contract(s). No contract awarded pursuant to this competition will confer exclusivity to the Service Providers where appointed.
The appointment to the Framework Agreement is being made by a process of competitive Tender using the Open Procedure. The regulatory framework applicable to the Tender process comprises Directive 2014/24/EU of the European Parliament and of the Council, on the coordination of procedures for the award of public works contracts, public supply contracts and public service contracts implemented into Irish law by European Communities (Award of Public Authorities’ Contracts) Regulations 2016, S.I. No. 329 of 2016. The Tender process is being conducted in compliance with the legal framework established by this legislation.
Admission to the Framework Agreement may be subject to a presentation and clarification meeting. It would be essential that the key personnel assigned to this contract should be available and present at this meeting.
Criteria below
Quality criterion
-
Name:
Quality and fitness for purpose of the proposed Course Content, Course Delivery and Supporting materials in respect of the Lot being applied for
/
Weighting:
30
Quality criterion
-
Name:
Quality and Balance of the Training Resources proposed for delivery of programmes
/
Weighting:
30
Cost criterion
-
Name:
Ultimate Cost
/
Weighting:
40
II.2.11)
Information about options
Options:
yes
Description of options:
This contract is for twelve (12) months with the option to extend for an additional thirty-six (36) subject to annual, periodic and other reviews.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
yes
Identification of the project:
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 153909. Funded by European Structural and Investment Funds Programmes 2014-2020 and the European Regional Development Fund.
II.2.14)
Additional information
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 153909. Funded by European Structural and Investment Funds Programmes 2014-2020 and the European Regional Development Fund.
Marketing Skills
Lot No:
3
II.2.2)
Additional CPV code(s)
79900000
-
Miscellaneous business and business-related services
80500000
-
Training services
80510000
-
Specialist training services
80521000
-
Training programme services
80570000
-
Personal development training services
II.2.3)
Place of performance
Main site or place of performance:
Dublin City Council Administrative Area
II.2.4)
Description of the procurement
Dublin City Council (the “Contracting Authority”) wishes to establish a Multi-party Framework Agreement for the provision of Training Services for the LEO. The requirements of this Framework Agreement are divided into six (6) Lots and Tenderers may apply for admission to the Framework Agreement under one or more Lots.
Tenderers applying for admission to more than one Lot must complete a separate Tender Response Document (TRD) in respect of each Lot for which they are applying.
A maximum of 3 Service Providers, subject to that number qualifying under the terms of the tender, will be admitted to the Framework Agreement in respect of each Lot. The Framework Agreement will comprise of following six (6) Lots;
• Lot 1 Start your own Business Skills
• Lot 2 General Business Skills
• Lot 3 Marketing Skills
• Lot 4 Financial Skills
• Lot 5 Library Talks
• Lot 6 Trading Online Voucher workshop
The term of this Framework Agreement shall be for one year. The Contracting Authority reserves the right to extend the term for a period or periods of up to 12 months with a maximum of three (3) such extension(s) on the same terms and condition. The duration of any contract entered into under the Framework Agreement may extend beyond the date of expiry of the Framework Agreement.
The total estimated value of the Framework Agreement will be approximately €800,000 over the term and any possible extensions (4 years). The estimated value of the lots is as follows;
• Lot 1 €380,000
• Lot 2 €140,000
• Lot 3 €130,000
• Lot 4 €110,000
• Lot 5 €22,500
• Lot 6 €17,500
The Framework Agreement will operate as follows:
• A maximum of 3 Service Providers, subject to that number qualifying under the terms of the tender, will be admitted to the Framework Agreement in respect of each Lot
• Successful Tenderers to be evaluated and ranked 1,2 and 3 in respect of each Lot for the term of the Framework Agreement
• The Successful Tenderer ranked number 1 will have first option on all business for the term of the Framework Agreement for the Lot or Lots for which they have applied and are selected for in the Framework Agreement. If unable to meet requirements as stated, cascade method will be used – i.e. 2nd ranked tenderer will be consulted, followed by 3rd.
Tenderers should note that there is no guaranteed level of expenditure under this Framework Agreement and that the Contracting Authority shall be under no obligation to purchase any minimum value of service under this Framework Agreement. Under this Framework Agreement no obligation whatsoever exists on the Contracting Authority to award any contract(s). No contract awarded pursuant to this competition will confer exclusivity to the Service Providers where appointed.
The appointment to the Framework Agreement is being made by a process of competitive Tender using the Open Procedure. The regulatory framework applicable to the Tender process comprises Directive 2014/24/EU of the European Parliament and of the Council, on the coordination of procedures for the award of public works contracts, public supply contracts and public service contracts implemented into Irish law by European Communities (Award of Public Authorities’ Contracts) Regulations 2016, S.I. No. 329 of 2016. The Tender process is being conducted in compliance with the legal framework established by this legislation.
Admission to the Framework Agreement may be subject to a presentation and clarification meeting. It would be essential that the key personnel assigned to this contract should be available and present at this meeting.
Criteria below
Quality criterion
-
Name:
Quality and fitness for purpose of the proposed Course Content, Course Delivery and Supporting materials in respect of the Lot being applied for
/
Weighting:
30
Quality criterion
-
Name:
Quality and Balance of the Training Resources proposed for delivery of programmes
/
Weighting:
30
Cost criterion
-
Name:
Ultimate Cost
/
Weighting:
40
II.2.11)
Information about options
Options:
yes
Description of options:
This contract is for twelve (12) months with the option to extend for an additional thirty-six (36) subject to annual, periodic and other reviews.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
yes
Identification of the project:
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 153909. Funded by European Structural and Investment Funds Programmes 2014-2020 and the European Regional Development Fund.
II.2.14)
Additional information
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 153909. Funded by European Structural and Investment Funds Programmes 2014-2020 and the European Regional Development Fund.
Financial Skills
Lot No:
4
II.2.2)
Additional CPV code(s)
79900000
-
Miscellaneous business and business-related services
80500000
-
Training services
80510000
-
Specialist training services
80521000
-
Training programme services
80570000
-
Personal development training services
II.2.3)
Place of performance
Main site or place of performance:
Dublin City Council Administrative Area
II.2.4)
Description of the procurement
Dublin City Council (the “Contracting Authority”) wishes to establish a Multi-party Framework Agreement for the provision of Training Services for the LEO. The requirements of this Framework Agreement are divided into six (6) Lots and Tenderers may apply for admission to the Framework Agreement under one or more Lots.
Tenderers applying for admission to more than one Lot must complete a separate Tender Response Document (TRD) in respect of each Lot for which they are applying.
A maximum of 3 Service Providers, subject to that number qualifying under the terms of the tender, will be admitted to the Framework Agreement in respect of each Lot. The Framework Agreement will comprise of following six (6) Lots;
• Lot 1 Start your own Business Skills
• Lot 2 General Business Skills
• Lot 3 Marketing Skills
• Lot 4 Financial Skills
• Lot 5 Library Talks
• Lot 6 Trading Online Voucher workshop
The term of this Framework Agreement shall be for one year. The Contracting Authority reserves the right to extend the term for a period or periods of up to 12 months with a maximum of three (3) such extension(s) on the same terms and condition. The duration of any contract entered into under the Framework Agreement may extend beyond the date of expiry of the Framework Agreement.
The total estimated value of the Framework Agreement will be approximately €800,000 over the term and any possible extensions (4 years). The estimated value of the lots is as follows;
• Lot 1 €380,000
• Lot 2 €140,000
• Lot 3 €130,000
• Lot 4 €110,000
• Lot 5 €22,500
• Lot 6 €17,500
The Framework Agreement will operate as follows:
• A maximum of 3 Service Providers, subject to that number qualifying under the terms of the tender, will be admitted to the Framework Agreement in respect of each Lot
• Successful Tenderers to be evaluated and ranked 1,2 and 3 in respect of each Lot for the term of the Framework Agreement
• The Successful Tenderer ranked number 1 will have first option on all business for the term of the Framework Agreement for the Lot or Lots for which they have applied and are selected for in the Framework Agreement. If unable to meet requirements as stated, cascade method will be used – i.e. 2nd ranked tenderer will be consulted, followed by 3rd.
Tenderers should note that there is no guaranteed level of expenditure under this Framework Agreement and that the Contracting Authority shall be under no obligation to purchase any minimum value of service under this Framework Agreement. Under this Framework Agreement no obligation whatsoever exists on the Contracting Authority to award any contract(s). No contract awarded pursuant to this competition will confer exclusivity to the Service Providers where appointed.
The appointment to the Framework Agreement is being made by a process of competitive Tender using the Open Procedure. The regulatory framework applicable to the Tender process comprises Directive 2014/24/EU of the European Parliament and of the Council, on the coordination of procedures for the award of public works contracts, public supply contracts and public service contracts implemented into Irish law by European Communities (Award of Public Authorities’ Contracts) Regulations 2016, S.I. No. 329 of 2016. The Tender process is being conducted in compliance with the legal framework established by this legislation.
Admission to the Framework Agreement may be subject to a presentation and clarification meeting. It would be essential that the key personnel assigned to this contract should be available and present at this meeting.
Criteria below
Quality criterion
-
Name:
Quality and fitness for purpose of the proposed Course Content, Course Delivery and Supporting materials in respect of the Lot being applied for
/
Weighting:
30
Quality criterion
-
Name:
Quality and Balance of the Training Resources proposed for delivery of programmes
/
Weighting:
30
Cost criterion
-
Name:
Ultimate Cost
/
Weighting:
40
II.2.11)
Information about options
Options:
yes
Description of options:
This contract is for twelve (12) months with the option to extend for an additional thirty-six (36) subject to annual, periodic and other reviews.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
yes
Identification of the project:
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 153909. Funded by European Structural and Investment Funds Programmes 2014-2020 and the European Regional Development Fund.
II.2.14)
Additional information
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 153909. Funded by European Structural and Investment Funds Programmes 2014-2020 and the European Regional Development Fund.
II.2.2)
Additional CPV code(s)
79900000
-
Miscellaneous business and business-related services
80500000
-
Training services
80510000
-
Specialist training services
80521000
-
Training programme services
80570000
-
Personal development training services
II.2.3)
Place of performance
Main site or place of performance:
Dublin City Council Administrative Area
II.2.4)
Description of the procurement
Dublin City Council (the “Contracting Authority”) wishes to establish a Multi-party Framework Agreement for the provision of Training Services for the LEO. The requirements of this Framework Agreement are divided into six (6) Lots and Tenderers may apply for admission to the Framework Agreement under one or more Lots.
Tenderers applying for admission to more than one Lot must complete a separate Tender Response Document (TRD) in respect of each Lot for which they are applying.
A maximum of 3 Service Providers, subject to that number qualifying under the terms of the tender, will be admitted to the Framework Agreement in respect of each Lot. The Framework Agreement will comprise of following six (6) Lots;
• Lot 1 Start your own Business Skills
• Lot 2 General Business Skills
• Lot 3 Marketing Skills
• Lot 4 Financial Skills
• Lot 5 Library Talks
• Lot 6 Trading Online Voucher workshop
The term of this Framework Agreement shall be for one year. The Contracting Authority reserves the right to extend the term for a period or periods of up to 12 months with a maximum of three (3) such extension(s) on the same terms and condition. The duration of any contract entered into under the Framework Agreement may extend beyond the date of expiry of the Framework Agreement.
The total estimated value of the Framework Agreement will be approximately €800,000 over the term and any possible extensions (4 years). The estimated value of the lots is as follows;
• Lot 1 €380,000
• Lot 2 €140,000
• Lot 3 €130,000
• Lot 4 €110,000
• Lot 5 €22,500
• Lot 6 €17,500
The Framework Agreement will operate as follows:
• A maximum of 3 Service Providers, subject to that number qualifying under the terms of the tender, will be admitted to the Framework Agreement in respect of each Lot
• Successful Tenderers to be evaluated and ranked 1,2 and 3 in respect of each Lot for the term of the Framework Agreement
• The Successful Tenderer ranked number 1 will have first option on all business for the term of the Framework Agreement for the Lot or Lots for which they have applied and are selected for in the Framework Agreement. If unable to meet requirements as stated, cascade method will be used – i.e. 2nd ranked tenderer will be consulted, followed by 3rd.
Tenderers should note that there is no guaranteed level of expenditure under this Framework Agreement and that the Contracting Authority shall be under no obligation to purchase any minimum value of service under this Framework Agreement. Under this Framework Agreement no obligation whatsoever exists on the Contracting Authority to award any contract(s). No contract awarded pursuant to this competition will confer exclusivity to the Service Providers where appointed.
The appointment to the Framework Agreement is being made by a process of competitive Tender using the Open Procedure. The regulatory framework applicable to the Tender process comprises Directive 2014/24/EU of the European Parliament and of the Council, on the coordination of procedures for the award of public works contracts, public supply contracts and public service contracts implemented into Irish law by European Communities (Award of Public Authorities’ Contracts) Regulations 2016, S.I. No. 329 of 2016. The Tender process is being conducted in compliance with the legal framework established by this legislation.
Admission to the Framework Agreement may be subject to a presentation and clarification meeting. It would be essential that the key personnel assigned to this contract should be available and present at this meeting.
Criteria below
Quality criterion
-
Name:
Quality and fitness for purpose of the proposed Course Content, Course Delivery and Supporting materials in respect of the Lot being applied for
/
Weighting:
30
Quality criterion
-
Name:
Quality and Balance of the Training Resources proposed for delivery of programmes
/
Weighting:
30
Cost criterion
-
Name:
Ultimate Cost
/
Weighting:
40
II.2.11)
Information about options
Options:
yes
Description of options:
This contract is for twelve (12) months with the option to extend for an additional thirty-six (36) subject to annual, periodic and other reviews.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
yes
Identification of the project:
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 153909. Funded by European Structural and Investment Funds Programmes 2014-2020 and the European Regional Development Fund.
II.2.14)
Additional information
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 153909. Funded by European Structural and Investment Funds Programmes 2014-2020 and the European Regional Development Fund.
Trading Online Voucher workshop
Lot No:
6
II.2.2)
Additional CPV code(s)
79900000
-
Miscellaneous business and business-related services
80500000
-
Training services
80510000
-
Specialist training services
80521000
-
Training programme services
80570000
-
Personal development training services
II.2.3)
Place of performance
Main site or place of performance:
Dublin City Council Administrative Area
II.2.4)
Description of the procurement
Dublin City Council (the “Contracting Authority”) wishes to establish a Multi-party Framework Agreement for the provision of Training Services for the LEO. The requirements of this Framework Agreement are divided into six (6) Lots and Tenderers may apply for admission to the Framework Agreement under one or more Lots.
Tenderers applying for admission to more than one Lot must complete a separate Tender Response Document (TRD) in respect of each Lot for which they are applying.
A maximum of 3 Service Providers, subject to that number qualifying under the terms of the tender, will be admitted to the Framework Agreement in respect of each Lot. The Framework Agreement will comprise of following six (6) Lots;
• Lot 1 Start your own Business Skills
• Lot 2 General Business Skills
• Lot 3 Marketing Skills
• Lot 4 Financial Skills
• Lot 5 Library Talks
• Lot 6 Trading Online Voucher workshop
The term of this Framework Agreement shall be for one year. The Contracting Authority reserves the right to extend the term for a period or periods of up to 12 months with a maximum of three (3) such extension(s) on the same terms and condition. The duration of any contract entered into under the Framework Agreement may extend beyond the date of expiry of the Framework Agreement.
The total estimated value of the Framework Agreement will be approximately €800,000 over the term and any possible extensions (4 years). The estimated value of the lots is as follows;
• Lot 1 €380,000
• Lot 2 €140,000
• Lot 3 €130,000
• Lot 4 €110,000
• Lot 5 €22,500
• Lot 6 €17,500
The Framework Agreement will operate as follows:
• A maximum of 3 Service Providers, subject to that number qualifying under the terms of the tender, will be admitted to the Framework Agreement in respect of each Lot
• Successful Tenderers to be evaluated and ranked 1,2 and 3 in respect of each Lot for the term of the Framework Agreement
• The Successful Tenderer ranked number 1 will have first option on all business for the term of the Framework Agreement for the Lot or Lots for which they have applied and are selected for in the Framework Agreement. If unable to meet requirements as stated, cascade method will be used – i.e. 2nd ranked tenderer will be consulted, followed by 3rd.
Tenderers should note that there is no guaranteed level of expenditure under this Framework Agreement and that the Contracting Authority shall be under no obligation to purchase any minimum value of service under this Framework Agreement. Under this Framework Agreement no obligation whatsoever exists on the Contracting Authority to award any contract(s). No contract awarded pursuant to this competition will confer exclusivity to the Service Providers where appointed.
The appointment to the Framework Agreement is being made by a process of competitive Tender using the Open Procedure. The regulatory framework applicable to the Tender process comprises Directive 2014/24/EU of the European Parliament and of the Council, on the coordination of procedures for the award of public works contracts, public supply contracts and public service contracts implemented into Irish law by European Communities (Award of Public Authorities’ Contracts) Regulations 2016, S.I. No. 329 of 2016. The Tender process is being conducted in compliance with the legal framework established by this legislation.
Admission to the Framework Agreement may be subject to a presentation and clarification meeting. It would be essential that the key personnel assigned to this contract should be available and present at this meeting.
Criteria below
Quality criterion
-
Name:
Quality and fitness for purpose of the proposed Course Content, Course Delivery and Supporting materials in respect of the Lot being applied for
/
Weighting:
30
Quality criterion
-
Name:
Quality and Balance of the Training Resources proposed for delivery of programmes
/
Weighting:
30
Cost criterion
-
Name:
Ultimate Cost
/
Weighting:
40
II.2.11)
Information about options
Options:
yes
Description of options:
This contract is for twelve (12) months with the option to extend for an additional thirty-six (36) subject to annual, periodic and other reviews.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
yes
Identification of the project:
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 153909. Funded by European Structural and Investment Funds Programmes 2014-2020 and the European Regional Development Fund.
II.2.14)
Additional information
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 153909. Funded by European Structural and Investment Funds Programmes 2014-2020 and the European Regional Development Fund.