Tender to provide Crisis Management Training and Skills Development with optional Support services.

The Contracting Authority has a requirement to obtain the services of a competent contractor to provide crisis management training and skills development for its staff at Oberstown Children Detention Campus. The Contracting Authority has a requirement to obtain the services of a competent contractor to provide crisis management training and …

CPV: 79430000 Krisestyringstjenester, 80510000 Specialuddannelse, 80521000 Uddannelsesprogrammer, 80522000 Uddannelsesseminarer, 80532000 Uddannelse i virksomhedsledelse, 85312300 Vejledning og rådgivning
Frist:
15. maj 2025 12:00
Type af frist:
Afgivelse af et tilbuddet
Henrettelsessted:
Tender to provide Crisis Management Training and Skills Development with optional Support services.
Tildelende organ:
Oberstown Children Detention Campus
Tildelingsnummer:
0

1. Buyer

1.1 Buyer

Official name : Oberstown Children Detention Campus
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Tender to provide Crisis Management Training and Skills Development with optional Support services.
Description : The Contracting Authority has a requirement to obtain the services of a competent contractor to provide crisis management training and skills development for its staff at Oberstown Children Detention Campus.
Procedure identifier : 59825aa8-7f3d-4a45-beb3-9f29143dd4d9
Type of procedure : Other single stage procedure
Main features of the procedure : As the framework relates to services defined under the EU Directive 2014/24/EU as Title III Services in accordance with Art. 72 of that Directive and the value falls below the applicable EU threshold, the choice of procedure is open to the Contracting Authority. On this occasion the Contracting Authority has chosen to use a single stage procedure involving negotiation which involves the following stages. • Tender Stage Tenders are invited from all interested market players. This Request for Tender includes selection criteria, a minimum based specification, award criteria and pricing documents and against which tenderers are invited to submit tenders. The Contracting Authority will evaluate those tenders against the award criteria and reserves the right to: (a) Move straight to a contract award decision, without negotiation (b) To apply the successive reduction rule to reduce the number of firms invited to the negotiation phase; or (c) To invite all firms to negotiation meetings. • The Negotiation Stage Where an invitation to attend a negotiation meeting is issued, it should be noted that all aspects of the tender submitted may be discussed, including costs. Those tenderers will subsequently be accorded an opportunity to submit a Best and Final Offer (BAFO), which will be assessed against the award criteria. It should be emphasised that the Contracting Authority reserves the right to award the contract directly following receipt of initial tenders without recourse to negotiations with individual tenderers. Note that publication on OJEU is on a voluntary basis.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79430000 Crisis management services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80522000 Training seminars
Additional classification ( cpv ): 80532000 Management training services
Additional classification ( cpv ): 85312300 Guidance and counselling services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 500 000 Euro

2.1.4 General information

Additional information : Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using eTenders Resource ID – 5509313. Interested parties must associate their organisation on the eTenders web site ( www.etenders.gov.ie)in order to be included on the mailing list for clarifications and to upload tender responses. It is critical to be associated with the competition, as failure to associate your company will result in the full suite of documents and clarifications not being made available to the applicant /tenderer. 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. Suppliers should note the following when making their submission: • 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 and that the new eTenders system operates in a different manner to the old platform. • If you experience difficulty when uploading documents, please contact eTenders Support Desk for technical assistance. Email irisheprochelpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00am – 17:00pm GMT). 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 This is the sole call for competition for this contract. The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities. It will be a condition of award that the successful tenderer is and remains tax compliant. 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. 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. 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.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Tender to provide Crisis Management Training and Skills Development with optional Support services.
Description : The Contracting Authority has a requirement to obtain the services of a competent contractor to provide crisis management training and skills development for its staff at Oberstown Children Detention Campus.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79430000 Crisis management services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80522000 Training seminars
Additional classification ( cpv ): 80532000 Management training services
Additional classification ( cpv ): 85312300 Guidance and counselling services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 500 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 15/05/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Oberstown Children Detention Campus -
Organisation receiving requests to participate : Oberstown Children Detention Campus -
Organisation processing tenders : Oberstown Children Detention Campus -

8. Organisations

8.1 ORG-0001

Official name : Oberstown Children Detention Campus
Registration number : Not known
Town : Lusk
Postcode : 00
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : (01) 852 6400
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 04bce5fb-1dd6-4a62-92aa-56c5f157a252 - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 17/04/2025 15:35 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00259304-2025
OJ S issue number : 78/2025
Publication date : 22/04/2025