Contract notice

Information

Published

Date of dispatch of this notice: 24/08/2021

Expire date: 01/10/2021

External Reference: 2021-299546

TED Reference: 2021/S 166-434946

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Public Expenditure and Reform
Dublin
IE
Contact person: Tender Operations
Telephone: +353 0761008000
NUTS code:  IE -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=196035&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

Request for Tenders to establish a Single Supplier Framework Contract for the provision of Protected Disclosures Training
Reference number:  PROJ000006988
II.1.2)

Main CPV code

80500000  -  Training services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this
request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients
(defined below). The Office of Government Procurement (the “OGP”) is an office within
the Department of Public Expenditure and Reform tasked with sourcing goods and
services on behalf of the public service. References to the Contracting Authority will be
deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators
(“Tenderers”) for the award of a single supplier framework contract (the “Framework
Contract”)or the provision of the services as described in Appendix 1 to this RFT (“the
Services”).
In summary, the Services comprise:
The provision of advanced-level training for individuals in the public service who are assigned responsibility for receiving and following up on protected disclosures under the Protected Disclosures Act 2014.
II.1.5)

Estimated total value

Value excluding VAT: 600000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

80500000  -  Training services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79100000  -  Legal services
79111000  -  Legal advisory services
79140000  -  Legal advisory and information services
79400000  -  Business and management consultancy and related services
79414000  -  Human resources management consultancy services
79633000  -  Staff development services
80510000  -  Specialist training services
80520000  -  Training facilities
80521000  -  Training programme services
80522000  -  Training seminars
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this
request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and
services on behalf of the public service. References to the Contracting Authority will be
deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators
(“Tenderers”) for the award of a single supplier framework contract (the “Framework
Contract”)or the provision of the services as described in Appendix 1 to this RFT (“the
Services”).
In summary, the Services comprise:
The provision of advanced-level training for individuals in the public service who are assigned responsibility for receiving and following up on protected disclosures under the Protected Disclosures Act 2014.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s response in relation to Training Content.  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s response in relation to Learning Outcomes & Impact of Training.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s response in relation to Service Delivery  /  Weighting:  300
Quality criterion  -  Name:  Quality of Tenderer’s response in relation to Contract Administration  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  300
II.2.6)

Estimated value

Value excluding VAT: 600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
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, at its discretion, to extend the Term for a period or periods of up to twelve [12] months with a maximum of three [3] 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.2.14)

Additional information

The Contracting Authority reserves the right, at its discretion, to extend the Term for a
period or periods of up to twelve [12] months with a maximum of three [3] 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.

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 consult the RFT documentation for this competition (RFT 197050)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 197050)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 197050)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 197050)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 197050)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition (RFT 197050)

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:  01/10/2021
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:  01/10/2021
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

The High Court of Ireland
Dublin
IE
Telephone: +353 18866000

VI.4.3)

Review procedure

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