Contract notice

Information

Published

Date of dispatch of this notice: 20/11/2019

Expire date: 03/01/2020

External Reference: 2019-229676

TED Reference: 2019/S 226-554801

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: Tender Operations
Telephone: +353 761008000
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=157440&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework (2nd Generation) for the provision of Health and Safety Training, Consultancy and Advisory Services to the Public Sector.
Reference number:  PROJ000002455
II.1.2)

Main CPV code

71317200  -  Health and safety services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Safety, Health and Welfare at Work Act 1989 covered occupational health and safety for all workers and all places of work.
The Safety, Health and Welfare at Work Act 2005, which repealed and replaced the Safety, Health and Welfare at Work Act 1989, was brought in to make further provision for the safety, health and welfare of persons at work.
Under the Safety, Health and Welfare at Work Act 2005 anyone at work who is responsible for directing workers while at work and organising work activities has health and safety responsibilities for those workers.
II.1.5)

Estimated total value

Value excluding VAT: 5700000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1: Fire Safety Mgr for a Building Training (2nd Gen H&S FW)
Lot No:  1
II.2.2)

Additional CPV code(s)

38434400  -  Vibration analysers
71313100  -  Noise-control consultancy services
71317000  -  Hazard protection and control consultancy services
71317210  -  Health and safety consultancy services
72225000  -  System quality assurance assessment and review services
79417000  -  Safety consultancy services
79419000  -  Evaluation consultancy services
79632000  -  Personnel-training services
80000000  -  Education and training services
80500000  -  Training services
80510000  -  Specialist training services
80511000  -  Staff training services
80520000  -  Training facilities
80521000  -  Training programme services
80522000  -  Training seminars
80530000  -  Vocational training services
80550000  -  Safety training services
80560000  -  Health and first-aid training services
80561000  -  Health training services
80562000  -  First-aid training services
90711100  -  Risk or hazard assessment other than for construction
90721800  -  Natural risks or hazards protection services
90742000  -  Services related to noise pollution
90742100  -  Noise control services
90742200  -  Noise pollution protection services
90742300  -  Noise pollution monitoring services
90742400  -  Noise pollution advisory services
92312212  -  Services related to the preparation of training manuals
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Safety, Health and Welfare at Work Act 1989 covered occupational health and safety for all workers and all places of work.
The Safety, Health and Welfare at Work Act 2005, which repealed and replaced the Safety, Health and Welfare at Work Act 1989, was brought in to make further provision for the safety, health and welfare of persons at work.
Under the Safety, Health and Welfare at Work Act 2005 anyone at work who is responsible for directing workers while at work and organising work activities has health and safety responsibilities for those workers.
Every employer is required to carry out a risk assessment for the workplace which should identify any hazards present in the workplace, assess the risks arising from such hazards and identify the steps to be taken to deal with any risks.
The Act places a general duty to 'ensure so far as is reasonably practicable the health, safety and welfare at work of all their employees'.
Employers must comply with the Act – they must provide and maintain safety equipment and safe systems of work.
They must control the key risk areas for their employees, their customers and the public who may be affected by what they do in the workplace.
To this end the Contracting Authority wishes to establish a Framework Agreement for the provision of Health and Safety Training and Consultancy for all Civil Service and Public Sector bodies to enable them to be compliant under the 2005 Act.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Fire Safety Mgr for a Building Training (2nd Gen H&S FW)  /  Weighting:  10
Quality criterion  -  Name:  Fire Safety Mgr for a Building Training (2nd Gen H&S FW)  /  Weighting:  10
Quality criterion  -  Name:  Fire Safety Mgr for a Building Training (2nd Gen H&S FW)  /  Weighting:  15
Quality criterion  -  Name:  Fire Safety Mgr for a Building Training (2nd Gen H&S FW)  /  Weighting:  25
Cost criterion  -  Name:  Fire Safety Mgr for a Building Training (2nd Gen H&S FW)  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 54000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
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)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 2: Fire Warden Training (incl. Fire Extinguisher) (2nd Gen H&S FW)
Lot No:  2
II.2.2)

Additional CPV code(s)

38434400  -  Vibration analysers
71313100  -  Noise-control consultancy services
71317000  -  Hazard protection and control consultancy services
71317210  -  Health and safety consultancy services
72225000  -  System quality assurance assessment and review services
79417000  -  Safety consultancy services
79419000  -  Evaluation consultancy services
79632000  -  Personnel-training services
80000000  -  Education and training services
80500000  -  Training services
80510000  -  Specialist training services
80511000  -  Staff training services
80520000  -  Training facilities
80521000  -  Training programme services
80522000  -  Training seminars
80530000  -  Vocational training services
80550000  -  Safety training services
80560000  -  Health and first-aid training services
80561000  -  Health training services
80562000  -  First-aid training services
90711100  -  Risk or hazard assessment other than for construction
90721800  -  Natural risks or hazards protection services
90742000  -  Services related to noise pollution
90742100  -  Noise control services
90742200  -  Noise pollution protection services
90742300  -  Noise pollution monitoring services
90742400  -  Noise pollution advisory services
92312212  -  Services related to the preparation of training manuals
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Safety, Health and Welfare at Work Act 1989 covered occupational health and safety for all workers and all places of work.
The Safety, Health and Welfare at Work Act 2005, which repealed and replaced the Safety, Health and Welfare at Work Act 1989, was brought in to make further provision for the safety, health and welfare of persons at work.
Under the Safety, Health and Welfare at Work Act 2005 anyone at work who is responsible for directing workers while at work and organising work activities has health and safety responsibilities for those workers.
Every employer is required to carry out a risk assessment for the workplace which should identify any hazards present in the workplace, assess the risks arising from such hazards and identify the steps to be taken to deal with any risks.
The Act places a general duty to 'ensure so far as is reasonably practicable the health, safety and welfare at work of all their employees'.
Employers must comply with the Act – they must provide and maintain safety equipment and safe systems of work.
They must control the key risk areas for their employees, their customers and the public who may be affected by what they do in the workplace.
To this end the Contracting Authority wishes to establish a Framework Agreement for the provision of Health and Safety Training and Consultancy for all Civil Service and Public Sector bodies to enable them to be compliant under the 2005 Act.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Fire Warden Training (incl. Fire Extinguisher) (2nd Gen H&S FW)  /  Weighting:  10
Quality criterion  -  Name:  Fire Warden Training (incl. Fire Extinguisher) (2nd Gen H&S FW)  /  Weighting:  10
Quality criterion  -  Name:  Fire Warden Training (incl. Fire Extinguisher) (2nd Gen H&S FW)  /  Weighting:  15
Quality criterion  -  Name:  Fire Warden Training (incl. Fire Extinguisher) (2nd Gen H&S FW)  /  Weighting:  25
Cost criterion  -  Name:  Fire Warden Training (incl. Fire Extinguisher) (2nd Gen H&S FW)  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 131000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
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)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 3A FAR Classroom & Lot 3B FAR Refresh Classroom
Lot No:  3
II.2.2)

Additional CPV code(s)

38434400  -  Vibration analysers
71313100  -  Noise-control consultancy services
71317000  -  Hazard protection and control consultancy services
71317210  -  Health and safety consultancy services
72225000  -  System quality assurance assessment and review services
79417000  -  Safety consultancy services
79419000  -  Evaluation consultancy services
79632000  -  Personnel-training services
80000000  -  Education and training services
80500000  -  Training services
80510000  -  Specialist training services
80511000  -  Staff training services
80520000  -  Training facilities
80521000  -  Training programme services
80522000  -  Training seminars
80530000  -  Vocational training services
80550000  -  Safety training services
80560000  -  Health and first-aid training services
80561000  -  Health training services
80562000  -  First-aid training services
90711100  -  Risk or hazard assessment other than for construction
90721800  -  Natural risks or hazards protection services
90742000  -  Services related to noise pollution
90742100  -  Noise control services
90742200  -  Noise pollution protection services
90742300  -  Noise pollution monitoring services
90742400  -  Noise pollution advisory services
92312212  -  Services related to the preparation of training manuals
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Safety, Health and Welfare at Work Act 1989 covered occupational health and safety for all workers and all places of work.
The Safety, Health and Welfare at Work Act 2005, which repealed and replaced the Safety, Health and Welfare at Work Act 1989, was brought in to make further provision for the safety, health and welfare of persons at work.
Under the Safety, Health and Welfare at Work Act 2005 anyone at work who is responsible for directing workers while at work and organising work activities has health and safety responsibilities for those workers.
Every employer is required to carry out a risk assessment for the workplace which should identify any hazards present in the workplace, assess the risks arising from such hazards and identify the steps to be taken to deal with any risks.
The Act places a general duty to 'ensure so far as is reasonably practicable the health, safety and welfare at work of all their employees'.
Employers must comply with the Act – they must provide and maintain safety equipment and safe systems of work.
They must control the key risk areas for their employees, their customers and the public who may be affected by what they do in the workplace.
To this end the Contracting Authority wishes to establish a Framework Agreement for the provision of Health and Safety Training and Consultancy for all Civil Service and Public Sector bodies to enable them to be compliant under the 2005 Act.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  FAR Classroom & Lot 3B FAR Refresh Classroom  /  Weighting:  10
Quality criterion  -  Name:  FAR Classroom & Lot 3B FAR Refresh Classroom  /  Weighting:  10
Quality criterion  -  Name:  FAR Classroom & Lot 3B FAR Refresh Classroom  /  Weighting:  15
Quality criterion  -  Name:  FAR Classroom & Lot 3B FAR Refresh Classroom  /  Weighting:  25
Cost criterion  -  Name:  FAR Classroom & Lot 3B FAR Refresh Classroom  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 1060000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
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)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 4A FAR Blended & Lot 4B FAR Refresh Blended
Lot No:  4
II.2.2)

Additional CPV code(s)

38434400  -  Vibration analysers
71313100  -  Noise-control consultancy services
71317000  -  Hazard protection and control consultancy services
71317210  -  Health and safety consultancy services
72225000  -  System quality assurance assessment and review services
79417000  -  Safety consultancy services
79419000  -  Evaluation consultancy services
79632000  -  Personnel-training services
80000000  -  Education and training services
80500000  -  Training services
80510000  -  Specialist training services
80511000  -  Staff training services
80520000  -  Training facilities
80521000  -  Training programme services
80522000  -  Training seminars
80530000  -  Vocational training services
80550000  -  Safety training services
80560000  -  Health and first-aid training services
80561000  -  Health training services
80562000  -  First-aid training services
90711100  -  Risk or hazard assessment other than for construction
90721800  -  Natural risks or hazards protection services
90742000  -  Services related to noise pollution
90742100  -  Noise control services
90742200  -  Noise pollution protection services
90742300  -  Noise pollution monitoring services
90742400  -  Noise pollution advisory services
92312212  -  Services related to the preparation of training manuals
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Safety, Health and Welfare at Work Act 1989 covered occupational health and safety for all workers and all places of work.
The Safety, Health and Welfare at Work Act 2005, which repealed and replaced the Safety, Health and Welfare at Work Act 1989, was brought in to make further provision for the safety, health and welfare of persons at work.
Under the Safety, Health and Welfare at Work Act 2005 anyone at work who is responsible for directing workers while at work and organising work activities has health and safety responsibilities for those workers.
Every employer is required to carry out a risk assessment for the workplace which should identify any hazards present in the workplace, assess the risks arising from such hazards and identify the steps to be taken to deal with any risks.
The Act places a general duty to 'ensure so far as is reasonably practicable the health, safety and welfare at work of all their employees'.
Employers must comply with the Act – they must provide and maintain safety equipment and safe systems of work.
They must control the key risk areas for their employees, their customers and the public who may be affected by what they do in the workplace.
To this end the Contracting Authority wishes to establish a Framework Agreement for the provision of Health and Safety Training and Consultancy for all Civil Service and Public Sector bodies to enable them to be compliant under the 2005 Act.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  FAR Blended & Lot 4B FAR Recertification Blended  /  Weighting:  10
Quality criterion  -  Name:  FAR Blended & Lot 4B FAR Recertification Blended  /  Weighting:  10
Quality criterion  -  Name:  FAR Blended & Lot 4B FAR Recertification Blended  /  Weighting:  15
Quality criterion  -  Name:  FAR Blended & Lot 4B FAR Recertification Blended  /  Weighting:  25
Cost criterion  -  Name:  FAR Blended & Lot 4B FAR Recertification Blended  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 382500.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
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)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 5: Occupational H&S for Managers Training
Lot No:  5
II.2.2)

Additional CPV code(s)

38434400  -  Vibration analysers
71313100  -  Noise-control consultancy services
71317000  -  Hazard protection and control consultancy services
71317210  -  Health and safety consultancy services
72225000  -  System quality assurance assessment and review services
79417000  -  Safety consultancy services
79419000  -  Evaluation consultancy services
79632000  -  Personnel-training services
80000000  -  Education and training services
80500000  -  Training services
80510000  -  Specialist training services
80511000  -  Staff training services
80520000  -  Training facilities
80521000  -  Training programme services
80522000  -  Training seminars
80530000  -  Vocational training services
80550000  -  Safety training services
80560000  -  Health and first-aid training services
80561000  -  Health training services
80562000  -  First-aid training services
90711100  -  Risk or hazard assessment other than for construction
90721800  -  Natural risks or hazards protection services
90742000  -  Services related to noise pollution
90742100  -  Noise control services
90742200  -  Noise pollution protection services
90742300  -  Noise pollution monitoring services
90742400  -  Noise pollution advisory services
92312212  -  Services related to the preparation of training manuals
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Safety, Health and Welfare at Work Act 1989 covered occupational health and safety for all workers and all places of work.
The Safety, Health and Welfare at Work Act 2005, which repealed and replaced the Safety, Health and Welfare at Work Act 1989, was brought in to make further provision for the safety, health and welfare of persons at work.
Under the Safety, Health and Welfare at Work Act 2005 anyone at work who is responsible for directing workers while at work and organising work activities has health and safety responsibilities for those workers.
Every employer is required to carry out a risk assessment for the workplace which should identify any hazards present in the workplace, assess the risks arising from such hazards and identify the steps to be taken to deal with any risks.
The Act places a general duty to 'ensure so far as is reasonably practicable the health, safety and welfare at work of all their employees'.
Employers must comply with the Act – they must provide and maintain safety equipment and safe systems of work.
They must control the key risk areas for their employees, their customers and the public who may be affected by what they do in the workplace.
To this end the Contracting Authority wishes to establish a Framework Agreement for the provision of Health and Safety Training and Consultancy for all Civil Service and Public Sector bodies to enable them to be compliant under the 2005 Act.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Occupational H&S for Managers Training  /  Weighting:  10
Quality criterion  -  Name:  Occupational H&S for Managers Training  /  Weighting:  10
Quality criterion  -  Name:  Occupational H&S for Managers Training  /  Weighting:  15
Quality criterion  -  Name:  Occupational H&S for Managers Training  /  Weighting:  25
Cost criterion  -  Name:  Occupational H&S for Managers Training  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 75000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
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)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 6: Display Screen Equipment Assessor (DSE) Training
Lot No:  6
II.2.2)

Additional CPV code(s)

38434400  -  Vibration analysers
71313100  -  Noise-control consultancy services
71317000  -  Hazard protection and control consultancy services
71317210  -  Health and safety consultancy services
72225000  -  System quality assurance assessment and review services
79417000  -  Safety consultancy services
79419000  -  Evaluation consultancy services
79632000  -  Personnel-training services
80000000  -  Education and training services
80500000  -  Training services
80510000  -  Specialist training services
80511000  -  Staff training services
80520000  -  Training facilities
80521000  -  Training programme services
80522000  -  Training seminars
80530000  -  Vocational training services
80550000  -  Safety training services
80560000  -  Health and first-aid training services
80561000  -  Health training services
80562000  -  First-aid training services
90711100  -  Risk or hazard assessment other than for construction
90721800  -  Natural risks or hazards protection services
90742000  -  Services related to noise pollution
90742100  -  Noise control services
90742200  -  Noise pollution protection services
90742300  -  Noise pollution monitoring services
90742400  -  Noise pollution advisory services
92312212  -  Services related to the preparation of training manuals
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Safety, Health and Welfare at Work Act 1989 covered occupational health and safety for all workers and all places of work.
The Safety, Health and Welfare at Work Act 2005, which repealed and replaced the Safety, Health and Welfare at Work Act 1989, was brought in to make further provision for the safety, health and welfare of persons at work.
Under the Safety, Health and Welfare at Work Act 2005 anyone at work who is responsible for directing workers while at work and organising work activities has health and safety responsibilities for those workers.
Every employer is required to carry out a risk assessment for the workplace which should identify any hazards present in the workplace, assess the risks arising from such hazards and identify the steps to be taken to deal with any risks.
The Act places a general duty to 'ensure so far as is reasonably practicable the health, safety and welfare at work of all their employees'.
Employers must comply with the Act – they must provide and maintain safety equipment and safe systems of work.
They must control the key risk areas for their employees, their customers and the public who may be affected by what they do in the workplace.
To this end the Contracting Authority wishes to establish a Framework Agreement for the provision of Health and Safety Training and Consultancy for all Civil Service and Public Sector bodies to enable them to be compliant under the 2005 Act.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Display Screen Equipment Assessor (DSE) Training  /  Weighting:  10
Quality criterion  -  Name:  Display Screen Equipment Assessor (DSE) Training  /  Weighting:  10
Quality criterion  -  Name:  Display Screen Equipment Assessor (DSE) Training  /  Weighting:  15
Quality criterion  -  Name:  Display Screen Equipment Assessor (DSE) Training  /  Weighting:  25
Cost criterion  -  Name:  Display Screen Equipment Assessor (DSE) Training  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 30500.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
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)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 7: Safety Officer / Coordinator Training
Lot No:  7
II.2.2)

Additional CPV code(s)

38434400  -  Vibration analysers
71313100  -  Noise-control consultancy services
71317000  -  Hazard protection and control consultancy services
71317210  -  Health and safety consultancy services
72225000  -  System quality assurance assessment and review services
79417000  -  Safety consultancy services
79419000  -  Evaluation consultancy services
79632000  -  Personnel-training services
80000000  -  Education and training services
80500000  -  Training services
80510000  -  Specialist training services
80511000  -  Staff training services
80520000  -  Training facilities
80521000  -  Training programme services
80522000  -  Training seminars
80530000  -  Vocational training services
80550000  -  Safety training services
80560000  -  Health and first-aid training services
80561000  -  Health training services
80562000  -  First-aid training services
90711100  -  Risk or hazard assessment other than for construction
90721800  -  Natural risks or hazards protection services
90742000  -  Services related to noise pollution
90742100  -  Noise control services
90742200  -  Noise pollution protection services
90742300  -  Noise pollution monitoring services
90742400  -  Noise pollution advisory services
92312212  -  Services related to the preparation of training manuals
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Safety, Health and Welfare at Work Act 1989 covered occupational health and safety for all workers and all places of work.
The Safety, Health and Welfare at Work Act 2005, which repealed and replaced the Safety, Health and Welfare at Work Act 1989, was brought in to make further provision for the safety, health and welfare of persons at work.
Under the Safety, Health and Welfare at Work Act 2005 anyone at work who is responsible for directing workers while at work and organising work activities has health and safety responsibilities for those workers.
Every employer is required to carry out a risk assessment for the workplace which should identify any hazards present in the workplace, assess the risks arising from such hazards and identify the steps to be taken to deal with any risks.
The Act places a general duty to 'ensure so far as is reasonably practicable the health, safety and welfare at work of all their employees'.
Employers must comply with the Act – they must provide and maintain safety equipment and safe systems of work.
They must control the key risk areas for their employees, their customers and the public who may be affected by what they do in the workplace.
To this end the Contracting Authority wishes to establish a Framework Agreement for the provision of Health and Safety Training and Consultancy for all Civil Service and Public Sector bodies to enable them to be compliant under the 2005 Act.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Safety Officer / Coordinator Training  /  Weighting:  10
Quality criterion  -  Name:  Safety Officer / Coordinator Training  /  Weighting:  10
Quality criterion  -  Name:  Safety Officer / Coordinator Training  /  Weighting:  15
Quality criterion  -  Name:  Safety Officer / Coordinator Training  /  Weighting:  25
Cost criterion  -  Name:  Safety Officer / Coordinator Training  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 38500.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
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)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 8: Safety Representative Training
Lot No:  8
II.2.2)

Additional CPV code(s)

38434400  -  Vibration analysers
71313100  -  Noise-control consultancy services
71317000  -  Hazard protection and control consultancy services
71317210  -  Health and safety consultancy services
72225000  -  System quality assurance assessment and review services
79417000  -  Safety consultancy services
79419000  -  Evaluation consultancy services
79632000  -  Personnel-training services
80000000  -  Education and training services
80500000  -  Training services
80510000  -  Specialist training services
80511000  -  Staff training services
80520000  -  Training facilities
80521000  -  Training programme services
80522000  -  Training seminars
80530000  -  Vocational training services
80550000  -  Safety training services
80560000  -  Health and first-aid training services
80561000  -  Health training services
80562000  -  First-aid training services
90711100  -  Risk or hazard assessment other than for construction
90721800  -  Natural risks or hazards protection services
90742000  -  Services related to noise pollution
90742100  -  Noise control services
90742200  -  Noise pollution protection services
90742300  -  Noise pollution monitoring services
90742400  -  Noise pollution advisory services
92312212  -  Services related to the preparation of training manuals
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Safety, Health and Welfare at Work Act 1989 covered occupational health and safety for all workers and all places of work.
The Safety, Health and Welfare at Work Act 2005, which repealed and replaced the Safety, Health and Welfare at Work Act 1989, was brought in to make further provision for the safety, health and welfare of persons at work.
Under the Safety, Health and Welfare at Work Act 2005 anyone at work who is responsible for directing workers while at work and organising work activities has health and safety responsibilities for those workers.
Every employer is required to carry out a risk assessment for the workplace which should identify any hazards present in the workplace, assess the risks arising from such hazards and identify the steps to be taken to deal with any risks.
The Act places a general duty to 'ensure so far as is reasonably practicable the health, safety and welfare at work of all their employees'.
Employers must comply with the Act – they must provide and maintain safety equipment and safe systems of work.
They must control the key risk areas for their employees, their customers and the public who may be affected by what they do in the workplace.
To this end the Contracting Authority wishes to establish a Framework Agreement for the provision of Health and Safety Training and Consultancy for all Civil Service and Public Sector bodies to enable them to be compliant under the 2005 Act.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Safety Representative Training  /  Weighting:  10
Quality criterion  -  Name:  Safety Representative Training  /  Weighting:  10
Quality criterion  -  Name:  Safety Representative Training  /  Weighting:  15
Quality criterion  -  Name:  Safety Representative Training  /  Weighting:  25
Cost criterion  -  Name:  Safety Representative Training  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 70000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
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)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 9: Manual Handling Training
Lot No:  9
II.2.2)

Additional CPV code(s)

38434400  -  Vibration analysers
71313100  -  Noise-control consultancy services
71317000  -  Hazard protection and control consultancy services
71317210  -  Health and safety consultancy services
72225000  -  System quality assurance assessment and review services
79417000  -  Safety consultancy services
79419000  -  Evaluation consultancy services
79632000  -  Personnel-training services
80000000  -  Education and training services
80500000  -  Training services
80510000  -  Specialist training services
80511000  -  Staff training services
80520000  -  Training facilities
80521000  -  Training programme services
80522000  -  Training seminars
80530000  -  Vocational training services
80550000  -  Safety training services
80560000  -  Health and first-aid training services
80561000  -  Health training services
80562000  -  First-aid training services
90711100  -  Risk or hazard assessment other than for construction
90721800  -  Natural risks or hazards protection services
90742000  -  Services related to noise pollution
90742100  -  Noise control services
90742200  -  Noise pollution protection services
90742300  -  Noise pollution monitoring services
90742400  -  Noise pollution advisory services
92312212  -  Services related to the preparation of training manuals
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Safety, Health and Welfare at Work Act 1989 covered occupational health and safety for all workers and all places of work.
The Safety, Health and Welfare at Work Act 2005, which repealed and replaced the Safety, Health and Welfare at Work Act 1989, was brought in to make further provision for the safety, health and welfare of persons at work.
Under the Safety, Health and Welfare at Work Act 2005 anyone at work who is responsible for directing workers while at work and organising work activities has health and safety responsibilities for those workers.
Every employer is required to carry out a risk assessment for the workplace which should identify any hazards present in the workplace, assess the risks arising from such hazards and identify the steps to be taken to deal with any risks.
The Act places a general duty to 'ensure so far as is reasonably practicable the health, safety and welfare at work of all their employees'.
Employers must comply with the Act – they must provide and maintain safety equipment and safe systems of work.
They must control the key risk areas for their employees, their customers and the public who may be affected by what they do in the workplace.
To this end the Contracting Authority wishes to establish a Framework Agreement for the provision of Health and Safety Training and Consultancy for all Civil Service and Public Sector bodies to enable them to be compliant under the 2005 Act.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Manual Handling Training  /  Weighting:  10
Quality criterion  -  Name:  Manual Handling Training  /  Weighting:  10
Quality criterion  -  Name:  Manual Handling Training  /  Weighting:  15
Quality criterion  -  Name:  Manual Handling Training  /  Weighting:  25
Cost criterion  -  Name:  Manual Handling Training  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 142500.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
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)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 10: QQI Award Level 6 Manual Handling Instructor Training
Lot No:  10
II.2.2)

Additional CPV code(s)

38434400  -  Vibration analysers
71313100  -  Noise-control consultancy services
71317000  -  Hazard protection and control consultancy services
71317210  -  Health and safety consultancy services
72225000  -  System quality assurance assessment and review services
79417000  -  Safety consultancy services
79419000  -  Evaluation consultancy services
79632000  -  Personnel-training services
80000000  -  Education and training services
80500000  -  Training services
80510000  -  Specialist training services
80511000  -  Staff training services
80520000  -  Training facilities
80521000  -  Training programme services
80522000  -  Training seminars
80530000  -  Vocational training services
80550000  -  Safety training services
80560000  -  Health and first-aid training services
80561000  -  Health training services
80562000  -  First-aid training services
90711100  -  Risk or hazard assessment other than for construction
90721800  -  Natural risks or hazards protection services
90742000  -  Services related to noise pollution
90742100  -  Noise control services
90742200  -  Noise pollution protection services
90742300  -  Noise pollution monitoring services
90742400  -  Noise pollution advisory services
92312212  -  Services related to the preparation of training manuals
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Safety, Health and Welfare at Work Act 1989 covered occupational health and safety for all workers and all places of work.
The Safety, Health and Welfare at Work Act 2005, which repealed and replaced the Safety, Health and Welfare at Work Act 1989, was brought in to make further provision for the safety, health and welfare of persons at work.
Under the Safety, Health and Welfare at Work Act 2005 anyone at work who is responsible for directing workers while at work and organising work activities has health and safety responsibilities for those workers.
Every employer is required to carry out a risk assessment for the workplace which should identify any hazards present in the workplace, assess the risks arising from such hazards and identify the steps to be taken to deal with any risks.
The Act places a general duty to 'ensure so far as is reasonably practicable the health, safety and welfare at work of all their employees'.
Employers must comply with the Act – they must provide and maintain safety equipment and safe systems of work.
They must control the key risk areas for their employees, their customers and the public who may be affected by what they do in the workplace.
To this end the Contracting Authority wishes to establish a Framework Agreement for the provision of Health and Safety Training and Consultancy for all Civil Service and Public Sector bodies to enable them to be compliant under the 2005 Act.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  QQI Award Level 6 Manual Handling Instructor Training  /  Weighting:  10
Quality criterion  -  Name:  QQI Award Level 6 Manual Handling Instructor Training  /  Weighting:  10
Quality criterion  -  Name:  QQI Award Level 6 Manual Handling Instructor Training  /  Weighting:  15
Quality criterion  -  Name:  QQI Award Level 6 Manual Handling Instructor Training  /  Weighting:  25
Cost criterion  -  Name:  QQI Award Level 6 Manual Handling Instructor Training  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 40000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
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)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 11: Consultancy (Assessments)
Lot No:  11
II.2.2)

Additional CPV code(s)

38434400  -  Vibration analysers
71313100  -  Noise-control consultancy services
71317000  -  Hazard protection and control consultancy services
71317210  -  Health and safety consultancy services
72225000  -  System quality assurance assessment and review services
79417000  -  Safety consultancy services
79419000  -  Evaluation consultancy services
79632000  -  Personnel-training services
80000000  -  Education and training services
80500000  -  Training services
80510000  -  Specialist training services
80511000  -  Staff training services
80520000  -  Training facilities
80521000  -  Training programme services
80522000  -  Training seminars
80530000  -  Vocational training services
80550000  -  Safety training services
80560000  -  Health and first-aid training services
80561000  -  Health training services
80562000  -  First-aid training services
90711100  -  Risk or hazard assessment other than for construction
90721800  -  Natural risks or hazards protection services
90742000  -  Services related to noise pollution
90742100  -  Noise control services
90742200  -  Noise pollution protection services
90742300  -  Noise pollution monitoring services
90742400  -  Noise pollution advisory services
92312212  -  Services related to the preparation of training manuals
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Safety, Health and Welfare at Work Act 1989 covered occupational health and safety for all workers and all places of work.
The Safety, Health and Welfare at Work Act 2005, which repealed and replaced the Safety, Health and Welfare at Work Act 1989, was brought in to make further provision for the safety, health and welfare of persons at work.
Under the Safety, Health and Welfare at Work Act 2005 anyone at work who is responsible for directing workers while at work and organising work activities has health and safety responsibilities for those workers.
Every employer is required to carry out a risk assessment for the workplace which should identify any hazards present in the workplace, assess the risks arising from such hazards and identify the steps to be taken to deal with any risks.
The Act places a general duty to 'ensure so far as is reasonably practicable the health, safety and welfare at work of all their employees'.
Employers must comply with the Act – they must provide and maintain safety equipment and safe systems of work.
They must control the key risk areas for their employees, their customers and the public who may be affected by what they do in the workplace.
To this end the Contracting Authority wishes to establish a Framework Agreement for the provision of Health and Safety Training and Consultancy for all Civil Service and Public Sector bodies to enable them to be compliant under the 2005 Act.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Consultancy (Assessments)  /  Weighting:  10
Quality criterion  -  Name:  Consultancy (Assessments)  /  Weighting:  25
Quality criterion  -  Name:  Consultancy (Assessments)  /  Weighting:  25
Cost criterion  -  Name:  Consultancy (Assessments)  /  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
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)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/12/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  20/12/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors.