Contract award notice

Information

Published

Date of dispatch of this notice: 19/04/2021

External Reference: 2021-280627

TED Reference: 2021/S 079-202892

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

One Learning
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.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.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  2405102.00  EUR
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

NUTS code:  IE -  IRELAND
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.2.11)

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

NUTS code:  IE -  IRELAND
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.2.11)

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

NUTS code:  IE -  IRELAND
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.2.11)

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 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
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 132-323826

Section V: Award of contract

Contract No: 1

Title: Future Focused Leadership

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Contract No: 2

Title: Leadership Behaviours

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

15/04/2021
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Harvest
N/A
37 Northwood Court
Dublin 9
Northwood Business C
IE
Telephone: +353 14974622
NUTS code:  IE -  IRELAND
Internet address: http://www.harvest.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  1416145.50  EUR

Section V: Award of contract

Contract No: 3

Title: Leadership Capabilities

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

15/04/2021
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

The Communications Clinic
6404597S
The Old Synangogue, 37 Adelaide Road,
Dublin
Dublin 2
IE
Telephone: +353 873502422
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  988956.00  EUR

Section VI: Complementary information

VI.3)

Additional information

Please refer to the Tender documents associated with the notice published on www.etenders.gov.ie (RFT 172344).
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