The Minister of Department of Public Expenditure, National Development Plan Delivery and Reform is the Contracting Authority for the Framework. The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure, National Development Plan Delivery 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.Provision of Health and Safety Training Services, Health and Safety Consultancy and Advisory Services nationally to the Irish public sector. This multi supplier framework will be divided into eight [8] lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”). One supplier will be appointed to each of the Lots 2,3,4,5,6 and 7. For Lot 1 and Lot 8, it is anticipated that that a maximum of three (3) suppliers can be appointed to these Lots - the Cascade approach will be applied to these two Lots. The Notification to Activate Services Form (NASF) direct drawdown mechanism will be applied to activate services for all eight [8] Lots. If it is your intention to submit a tender response for more than one [1] Lot , you must select each Lot(s) on the Create Response screen and upload all the required documentation for each Lot throughout the process.
Deadline
The time limit for receipt of tenders was 2024-08-14.
The procurement was published on 2024-07-30.
Contract notice (2024-07-30) Object Scope of the procurement
Title: THR075F Provision of Health and Safety Training, Consultancy and Advisory Services.
Short description:
“The Minister of Department of Public Expenditure, National Development Plan Delivery and Reform is the Contracting Authority for the Framework. The Office...”
Short description
The Minister of Department of Public Expenditure, National Development Plan Delivery and Reform is the Contracting Authority for the Framework. The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure, National Development Plan Delivery 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.Provision of Health and Safety Training Services, Health and Safety Consultancy and Advisory Services nationally to the Irish public sector. This multi supplier framework will be divided into eight [8] lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”). One supplier will be appointed to each of the Lots 2,3,4,5,6 and 7. For Lot 1 and Lot 8, it is anticipated that that a maximum of three (3) suppliers can be appointed to these Lots - the Cascade approach will be applied to these two Lots. The Notification to Activate Services Form (NASF) direct drawdown mechanism will be applied to activate services for all eight [8] Lots. If it is your intention to submit a tender response for more than one [1] Lot , you must select each Lot(s) on the Create Response screen and upload all the required documentation for each Lot throughout the process.
Show more
Type of contract: Services
Products/services: Health and safety services📦 Information about lots
This contract is divided into lots ✅
Tenders may be submitted for maximum number of lots: 8
1️⃣
Description of the procurement:
“The Minister of Department of Public Expenditure, National Development Plan Delivery and Reform is the Contracting Authority for the Framework. The Office...”
Description of the procurement
The Minister of Department of Public Expenditure, National Development Plan Delivery and Reform is the Contracting Authority for the Framework. The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure, National Development Plan Delivery 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.Provision of Health and Safety Training Services, Health and Safety Consultancy and Advisory Services nationally to the Irish public sector. This multi supplier framework will be divided into eight [8] lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”). One supplier will be appointed to each of the Lots 2,3,4,5,6 and 7. For Lot 1 and Lot 8, it is anticipated that that a maximum of three (3) suppliers can be appointed to these Lots - the Cascade approach will be applied to these two Lots. The Notification to Activate Services Form (NASF) direct drawdown mechanism will be applied to activate services for all eight [8] Lots. If it is your intention to submit a tender response for more than one [1] Lot , you must select each Lot(s) on the Create Response screen and upload all the required documentation for each Lot throughout the process.
Procedure Type of procedure
Open procedure ✅
Accelerated procedure:
“New project reference THR075F will be published as an Accelerated Open Procedure in accordance with Regulation 27(3). THR071F is cancelled.” Administrative information
Time limit for receipt of tenders or requests to participate: 2024-08-14 12:00:00 📅
Conditions for opening of tenders: 2024-08-14 12:30:00 📅
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=4056143
Languages in which tenders or requests to participate may be submitted: English 🗣️ Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators ✅
Legal, economic, financial and technical information Conditions for participation
List and brief description of rules and criteria:
“Refer to cft document”
Complementary information Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Country: Ireland 🇮🇪
E-mail: highcourtcentraloffice@courts.ie📧
Phone: +353 1 8886000📞 Information about electronic workflows
Electronic invoicing will be accepted
Electronic ordering will be used
Electronic payment will be used
Source: OJS 2024/S 149-463115 (2024-07-30)