Contract notice

Information

Published

Date of dispatch of this notice: 06/07/2020

Expire date: 07/08/2020

External Reference: 2020-209344

TED Reference: 2020/S 132-323826

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

One Learning
Dublin
IE
Contact person: Tender Operations
Telephone: +353 0761008000
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=169850&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

Single Supplier Framework Contracts for the provision of Leadership Development Training for the Civil Service
Reference number:  PROJ000005914
II.1.2)

Main CPV code

79632000  -  Personnel-training services
II.1.3)

Type of contract

Services
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.1.5)

Estimated total value

Value excluding VAT: 4180000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

Future Focused Leadership
Lot No:  1
II.2.2)

Additional CPV code(s)

79633000  -  Staff development services
79634000  -  Career guidance services
80420000  -  E-learning services
80430000  -  Adult-education services at university level
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
80532000  -  Management training services
80570000  -  Personal development training services
80590000  -  Tutorial services
85312310  -  Guidance services
92312212  -  Services related to the preparation of training manuals
80531100  -  Industrial training services
II.2.3)

Place of performance

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

Description of the procurement

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 below
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to Organisational Capacity & Personnel  /  Weighting:  300
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to the Training Locations, Venues and Materials Logistics  /  Weighting:  50
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to Course Content and Delivery & Impact of Training  /  Weighting:  250
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to Scheduling and Administration  /  Weighting:  50
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to the Contract Management and Key Account Manager - to include Contract Management Information (MI)  /  Weighting:  50
Cost criterion  -  Name:  Cost of Services Provided.  /  Weighting:  300
II.2.6)

Estimated value

Value excluding VAT: 1130000.00  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: yes
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.
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

Leadership Behaviours
Lot No:  2
II.2.2)

Additional CPV code(s)

79633000  -  Staff development services
79634000  -  Career guidance services
80420000  -  E-learning services
80430000  -  Adult-education services at university level
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
80532000  -  Management training services
80570000  -  Personal development training services
80590000  -  Tutorial services
85312310  -  Guidance services
92312212  -  Services related to the preparation of training manuals
80531100  -  Industrial training services
II.2.3)

Place of performance

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

Description of the procurement

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 below
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to Organisational Capacity & Personnel  /  Weighting:  300
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to the Training Locations, Venues and Materials Logistics  /  Weighting:  50
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to Course Content and Delivery & Impact of Training  /  Weighting:  250
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to Scheduling and Administration  /  Weighting:  50
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to the Contract Management and Key Account Manager - to include Contract Management Information (MI)  /  Weighting:  50
Cost criterion  -  Name:  Cost of Services Provided.  /  Weighting:  300
II.2.6)

Estimated value

Value excluding VAT: 1470000.00  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: yes
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.
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

Leadership Capabilities
Lot No:  3
II.2.2)

Additional CPV code(s)

79633000  -  Staff development services
79634000  -  Career guidance services
80420000  -  E-learning services
80430000  -  Adult-education services at university level
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
80532000  -  Management training services
80570000  -  Personal development training services
80590000  -  Tutorial services
85312310  -  Guidance services
92312212  -  Services related to the preparation of training manuals
80531100  -  Industrial training services
II.2.3)

Place of performance

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

Description of the procurement

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 below
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to Organisational Capacity & Personnel  /  Weighting:  300
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to the Training Locations, Venues and Materials Logistics  /  Weighting:  50
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to Course Content and Delivery & Impact of Training  /  Weighting:  250
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to Scheduling and Administration  /  Weighting:  50
Quality criterion  -  Name:  Quality of Tenderer’s Approach in relation to the Contract Management and Key Account Manager - to include Contract Management Information (MI)  /  Weighting:  50
Cost criterion  -  Name:  Cost of Services Provided.  /  Weighting:  300
II.2.6)

Estimated value

Value excluding VAT: 1580000.00  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: yes
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.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

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)

Economic and financial standing

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).
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)

Technical and professional ability

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).
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)

Conditions related to the contract

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).

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:  07/08/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  07/08/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

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