Contract notice

Information

Published

Date of dispatch of this notice: 13/12/2022

Expire date: 07/02/2023

External Reference: 2022-282454

TED Reference: 2022/S 243-698320

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Health and Safety Authority
N/A
The Metropolitan Building
Dublin 1
James Joyce Street
IE
Contact person: Greenville Procurement Partners
Telephone: +353 14020114
NUTS code:  IE061 -  Dublin
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=230324&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

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single Operator Framework Agreement for the management of the ADR Driver and Safety Adviser (Road) Examination Schemes and Management of Approved Training Providers
II.1.2)

Main CPV code

80500000  -  Training services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Health & Safety Authority wishes to establish a single-party framework agreement for the provision of the management of the ADR driver and safety adviser (DGSA) (road) examination schemes and the approval of driver training courses (hereinafter referred to as “ADR and Related Services”).
The Authority wishes to establish a single party framework agreement with a competent supplier to administer and manage the following:
(i) the ADR driver examination scheme;
(ii) the safety adviser examination scheme;
(iii) the approval of training courses and the appointment of training providers for the training of drivers of dangerous goods vehicles.
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

80510000  -  Specialist training services
80520000  -  Training facilities
80521000  -  Training programme services
80531100  -  Industrial training services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Throughout Ireland.
II.2.4)

Description of the procurement

The Health & Safety Authority wishes to establish a single-party framework agreement for the provision of the management of the ADR driver and safety adviser (DGSA) (road) examination schemes and the approval of driver training courses (hereinafter referred to as “ADR and Related Services”).
The fees generated from ADR and Related Services are currently in the region of €330k per annum (2021 figure). This figure is provided for information purposes only and does not offer a guarantee of income under the contract.
In accordance with Regulation 10(3) of the European Communities (Carriage of Dangerous Goods by Road and Use of Transportable Pressure Equipment) Regulations) 2011, as amended, the Authority wishes to establish a single party framework agreement with a competent supplier to administer and manage the following:
(i) the ADR driver examination scheme: organise on-line ADR driver examinations for Applicants that have completed approved ADR driver training courses, issue driver training certificates to successful Applicants as drivers of vehicles carrying dangerous goods; maintain and develop the current examination question bank;
(ii) the safety adviser examination scheme: organise safety adviser examinations for Applicants, set and mark examination papers, issue training certificates to successful Applicants as safety advisers for the carriage of dangerous goods by road, maintain and develop the current examination question bank;
(iii) the approval of training courses and the appointment of training providers for the training of drivers of dangerous goods vehicles: maintain and develop the current driver training syllabus and standards for training providers (in person and virtual), carry out initial and annual re-approvals of course materials and approved training providers (ATPs), carry out annual audits of ATPs.
Note #1: The existing contract for (i), (ii) and (iii) is due to expire at the end of December 2023.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 3000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
To be decided by the Contracting Authority at the end of the eight (8) years.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is anticipated that the top 5 scoring applicants will be invited to dialogue stage, subject to that number qualifying and meeting the minimum score.
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.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 see RFT ID 229461 on www.etenders.gov.ie and the associated documents.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the tender documentation for any specific conditions.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Due to the nature of the services, falling within Title III of Directive 2014/24/EU, the rules on framework durations do not apply and therefore a longer framework has been chosen which will facilitate a better outcome for the Contracting Authority.
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:  07/02/2023
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.
2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition.
3) Suppliers should note the following when making their submission:
• There is a maximum upload limit of 2GB per file. Documents larger than this should be divided into smaller files prior to upload.
• In order to submit a document to the electronic postbox, please note that you must click “Submit Response”. After submitting a response, the response may be modified and re-submitted as many times as may be necessary until the RFT deadline has expired. Suppliers should be aware that the “Submit Response” button will be disabled automatically upon expiration of the response deadline.
• Suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary.
• If you experience difficulty when uploading documents, please contact eTenders Support Desk for technical assistance. Email etenders@eusupply.com or Telephone: 353(0)21 2439277 (09:00am – 17:30pm GMT). All queries must be submitted through the messaging facility on www.etenders.gov.ie.
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type, or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with Remedies legislation and SI 130, a 14-day standstill will apply for all EU value procurements.