Social and other specific services – public contracts

Information

Published

Date of dispatch of this notice: 11/12/2018

Expire date: 23/01/2019

External Reference: 2018-222518

TED Reference: 2018/S 241-551537

Social and other specific services – public contracts

Social and other specific services – public contracts

Contract notice

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Road Safety Authority (RSA)
N/A
Moy Business Park
Ballina
Primrose Hill
IE
Contact person: Procurement & Contracts Office
Telephone: +353 9625000
Internet address(es):
Main address: www.rsa.ie

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=139542&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

Other activity:  Road Safety and Public Service Provision

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

RFT to establish a Single-Party Framework Agreement for the provision of Leadership Development Services to the RSA
Reference number:  ET1809
II.1.2)

Main CPV code

80532000  -  Management training services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The RSA wishes to establish a Single Party Framework Agreement for the provision of Leadership Development Services to aid its ‘Growing Our Leaders’ Programme.
The Framework will be established on foot of an initial contract for the provision of diagnostic interventions with the RSA’s CEO and her senior leadership team (a total of 8 individuals).
Additional Services under the Framework may include, but are not limited to:
i. high performing assessments; 360 assessments, personality profiling; cultural assessments etc.
ii. Feedback sessions in relation to the results of the above.
iii. Design and delivery of blended leadership development solutions
iv. Diagnosis work with middle and front line managers
v. Management coaching
vi. One-off workshop design, delivery and evaluation
vii. Action learning set facilitation
The specification of requirements and other information relating to this competition are provided in the RFT Documentation attached to this notice.
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79411000  -  General management consultancy services
79414000  -  Human resources management consultancy services
79632000  -  Personnel-training services
79633000  -  Staff development services
80000000  -  Education and training services
80500000  -  Training services
80521000  -  Training programme services
80522000  -  Training seminars
80570000  -  Personal development training services
98110000  -  Services furnished by business, professional and specialist organisations
98111000  -  Services furnished by business organisations
98112000  -  Services furnished by professional organisations
98113000  -  Services furnished by specialist organisations
II.2.4)

Description of the procurement

The RSA wishes to establish a Single Party Framework Agreement for the provision of Leadership Development Services to aid its ‘Growing Our Leaders’ Programme.
The Framework will be established on foot of an initial contract for the provision of diagnostic interventions with the RSA’s CEO and her senior leadership team (a total of 8 individuals) aimed at delivering the following outputs:
1. At an organisational Level
a) The identification of the ‘As is’ and ‘Should Be’ states in relation to the culture of the RSA against a recognised best practice cultural framework (e.g. Cameron and Quinn, Goffee & Jones, etc.)
b) A clear definition of ‘The RSA Way’ in relation to the ‘Growth Mind-set’ and required leadership competencies and behaviours that will then underpin the recruitment, development and performance management of RSA managers at all levels (see Civil Service Competencies at Appendix 11; ‘Kouznes and Posner’ etc.)
c) A draft set of explicit RSA values that can be then taken to all levels of staff within the organisation for consultation, refinement and buy-in.
2. At a team level
a) A clear assessment of team strengths and gaps against a recognised best practice high performing team model (e.g. The Rocket Model, Lencioni, etc.)
b) The creation of a strategic narrative as a team and an action plan for building on strengths and becoming a high performing team.
c) Building capability and understanding in the space of organisational design as this will be crucial to success.
d) The creation of a team development plan with clear actions, milestones and measures of success plus recommendations on the ongoing design and delivery of a blended learning intervention for the SLT including modules, action learning, coaching, project work as required.
3. At an Individual level
a) An assessment of SLT members’ individual strengths and development needs using both a recognised personality tool (e.g. MBTI, MVPI. Hogan, EQi etc.) and a robust 360-degree assessment process.
b) The development of individual learning plans.
Additional Services under the Framework may include, but are not limited to:
i. high performing assessments; 360 assessments, personality profiling; cultural assessments etc.
ii. Feedback sessions in relation to the results of the above.
iii. Design and delivery of blended leadership development solutions
iv. Diagnosis work with middle and front line managers
v. Management coaching
vi. One-off workshop design, delivery and evaluation
vii. Action learning set facilitation
The specification of requirements and other information relating to this competition are provided in the RFT Documentation attached to this notice.
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  EUR
II.2.7)

Duration of the contract or the framework agreement

Duration in months: 96
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

Any Framework Agreement that may result from this competition will be awarded for a duration of 48 months (the “Initial Framework Agreement Term”).
The RSA reserves the right to extend the Initial Framework Agreement Term for up to 24 months, with a maximum of two (2) such extensions, up to a maximum duration of 96 months on the same terms and conditions.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

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)

Form of procedure

Open procedure
IV.1.3)

Information about framework agreement

The procurement involves the establishment of a framework agreement
IV.1.11)

Main features of the award procedure

The Framework Agreement will be awarded in line with the procedures set out in sections 4 and 5 of the RFT Document attached to this notice.
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest

Date:  21/01/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.2)

Information about electronic workflows

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

Additional information

This Framework relates to the provision of services listed at Annex XIV of Directive 2014/24/EU therefore its duration is not limited to 4 years. The duration, if extended, is expected to provide continuity of service, consistency of approach and associated efficiencies and quality efficiencies representing best value for money for the RSA as it conducts its ‘Growing our Leaders Programme’.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
High Court Central Office, Four Courts
Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Consult your legal advisors