Single Operator Framework Agreement for the management of the ADR Driver and Safety Adviser (Road) Examination Schemes and Management of Approved Training Providers
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 โADR and Related Servicesโ).
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.
Deadline
The time limit for receipt of tenders was 2023-02-07.
The procurement was published on 2022-12-13.
Object Scope of the procurement
Title:
โSingle Operator Framework Agreement for the management of the ADR Driver and Safety Adviser (Road) Examination Schemes and Management of Approved Training Providersโ
Title
Single Operator Framework Agreement for the management of the ADR Driver and Safety Adviser (Road) Examination Schemes and Management of Approved Training Providers
Show more
Products/services: Training services๐ฆ
Short description:
โThe Health & Safety Authority wishes to establish a single-party framework agreement for the provision of the management of the ADR driver and safety...โ
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 โADR and Related Servicesโ).
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.
Show more
Estimated value excluding VAT: EUR 3 000 000 ๐ฐ
1๏ธโฃ
Additional products/services: Specialist training services๐ฆ
Additional products/services: Training facilities๐ฆ
Additional products/services: Training programme services๐ฆ
Additional products/services: Industrial training services๐ฆ
Place of performance: Ireland๐๏ธ
Main site or place of performance: Throughout Ireland.
Description of the procurement:
โThe Health & Safety Authority wishes to establish a single-party framework agreement for the provision of the management of the ADR driver and safety...โ
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 โADR and Related Servicesโ).
The fees generated from ADR and Related Services are currently in the region of โฌ330k 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.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 3 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 96
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals: To be decided by the Contracting Authority at the end of the eight (8) years.
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:
โIt is anticipated that the top 5 scoring applicants will be invited to dialogue stage, subject to that number qualifying and meeting the minimum score.โ
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: Please see RFT ID 229461 on www.etenders.gov.ie and the associated documents.
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions: Please refer to the tender documentation for any specific conditions.
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
Procedure Type of procedure
Competitive dialogue
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Description
In the case of framework agreements, provide justification for any duration exceeding 8 years:
โDue 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...โ
In the case of framework agreements, provide justification for any duration exceeding 8 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.
Show more 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
Administrative information
Time limit for receipt of tenders or requests to participate: 2023-02-07
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Complementary information Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
โ1) 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...โ
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:
โข There is a maximum upload limit of 2GB per file. Documents larger than this should be divided into smaller files prior to upload.
โข In order to submit a document to the electronic postbox, please note that you must click โSubmit Responseโ. 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 โSubmit Responseโ button will be disabled automatically upon expiration of the response deadline.
โข 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.
โข 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 โ 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.
Show more Review body
Name: The High Court
Postal address: Four Courts
Postal town: Dublin
Postal code: 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
URL: www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โIn accordance with Remedies legislation and SI 130, a 14-day standstill will apply for all EU value procurements.โ
Source: OJS 2022/S 243-698320 (2022-12-13)