The Supply of Temporary Personnel

Longford and Westmeath Education and Training Board invites responses to this Call for Tender from economic operators for the Supply of Temporary Personnel for short term temporary resources when and as required. The requirements will also vary in terms of duration. The successful Tenderer may be required to propose and …

CPV: 79620000 Servicios de suministro de personal, incluido personal temporal, 79600000 Servicios de contratación, 79623000 Servicios de suministro de personal para el comercio o la industria, 79414000 Servicios de consultoría en gestión de recursos humanos, 79621000 Servicios de suministro de personal para oficinas, 75121000 Servicios administrativos educativos, 75112000 Servicios administrativos para operaciones comerciales
Plazo:
14 de abril de 2025 a las 14:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
The Supply of Temporary Personnel
Organismo adjudicador:
Longford and Westmeath Education and Training Board
Número de premio:
0

1. Buyer

1.1 Buyer

Official name : Longford and Westmeath Education and Training Board
Legal type of the buyer : Central government authority
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : The Supply of Temporary Personnel
Description : Longford and Westmeath Education and Training Board invites responses to this Call for Tender from economic operators for the Supply of Temporary Personnel for short term temporary resources when and as required. The requirements will also vary in terms of duration. The successful Tenderer may be required to propose and supply suitable temporary agency staff at short notice. The services will be provided to schools, offices and education centres under the remit of Longford and Westmeath Education and Training Board. The requirements can occur across a wide range of areas such as, but not limited to, General Clerical and Administration, Finance, Procurement, Human Resources, Health and Safety, Caretakers, Cleaners, Skilled trades, IT, Maintenance etc. Detailed specifications and requirements found in Appendix 2 of the CFT.
Procedure identifier : 8ba0f997-f6b4-4c46-8b5c-df51cba4a34c
Internal identifier : 0
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79620000 Supply services of personnel including temporary staff
Additional classification ( cpv ): 79600000 Recruitment services
Additional classification ( cpv ): 79623000 Supply services of commercial or industrial workers
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79621000 Supply services of office personnel
Additional classification ( cpv ): 75121000 Administrative educational services
Additional classification ( cpv ): 75112000 Administrative services for business operations

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 600 000 Euro
Maximum value of the framework agreement : 600 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : The Supply of Temporary Personnel
Description : Longford and Westmeath Education and Training Board invites responses to this Call for Tender from economic operators for the Supply of Temporary Personnel for short term temporary resources when and as required. The requirements will also vary in terms of duration. The successful Tenderer may be required to propose and supply suitable temporary agency staff at short notice. The services will be provided to schools, offices and education centres under the remit of Longford and Westmeath Education and Training Board. The requirements can occur across a wide range of areas such as, but not limited to, General Clerical and Administration, Finance, Procurement, Human Resources, Health and Safety, Caretakers, Cleaners, Skilled trades, IT, Maintenance etc. Detailed specifications and requirements found in Appendix 2 of the CFT.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79620000 Supply services of personnel including temporary staff
Additional classification ( cpv ): 79600000 Recruitment services
Additional classification ( cpv ): 79623000 Supply services of commercial or industrial workers
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79621000 Supply services of office personnel
Additional classification ( cpv ): 75121000 Administrative educational services
Additional classification ( cpv ): 75112000 Administrative services for business operations
Quantity : 0

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 600 000 Euro
Maximum value of the framework agreement : 600 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description :
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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
Deadline for requesting additional information : 04/04/2025 14:00 +00:00

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 : 14/04/2025 14:00 +00:00
Deadline until which the tender must remain valid : 48 Month
Information about public opening :
Opening date : 15/04/2025 00:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 50
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 : Longford and Westmeath Education and Training Board -
Organisation providing more information on the review procedures : Longford and Westmeath Education and Training Board -
Organisation receiving requests to participate : Longford and Westmeath Education and Training Board -
Organisation processing tenders : Longford and Westmeath Education and Training Board -

8. Organisations

8.1 ORG-0001

Official name : Longford and Westmeath Education and Training Board
Registration number : 3185033GH
Registration number : 3185033GH
Postal address : Marlinstown Business Park, Block A
Town : Mullingar
Postcode : N91RW96
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 353449348389
Buyer profile : https://www.lwetb.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

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 : a15085d3-9ab4-48e1-810e-c68f04a446b3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/03/2025 12:45 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00168758-2025
OJ S issue number : 53/2025
Publication date : 17/03/2025