THR075F Provision of Health and Safety Training, Consultancy and Advisory Services.

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 …

CPV: 71317200 Usługi w zakresie ochrony zdrowia i bezpieczeństwa, 80500000 Usługi szkoleniowe, 80511000 Usługi szkolenia personelu, 80510000 Usługi szkolenia specjalistycznego, 80520000 Placówki szkoleniowe, 80521000 Usługi opracowywania programów szkoleniowych, 80522000 Seminaria szkoleniowe, 80530000 Usługi szkolenia zawodowego, 80550000 Usługi szkolenia w dziedzinie bezpieczeństwa, 80560000 Usługi szkolenia w dziedzinie zdrowia i pierwszej pomocy, 80561000 Usługi szkolenia w dziedzinie zdrowia, 71317210 Usługi doradcze w zakresie zdrowia i bezpieczeństwa, 80562000 Usługi szkolenia w dziedzinie pierwszej pomocy, 90711100 Ocena ryzyka lub zagrożenia innego niż powodowanego przez branżę budowlaną, 90721800 Usługi ochrony przed naturalnym ryzykiem lub zagrożeniami, 90742000 Usługi związane z nadmiernym hałasem, 90742100 Usługi w zakresie kontroli hałasu, 90742200 Usługi w zakresie ochrony przed hałasem, 90742300 Usługi monitoringu nadmiernego hałasu, 90742400 Usługi doradcze w zakresie nadmiernego hałasu, 92312212 Usługi przygotowania podręczników szkoleniowych, 38434400 Analizatory drgań, 71313100 Usługi doradcze w zakresie kontroli hałasu, 71317000 Usługi doradcze w zakresie kontroli i zapobiegania zagrożeniom, 72225000 Usługi w zakresie oceny i analizy gwarancji jakości systemu, 79417000 Usługi doradcze w zakresie bezpieczeństwa, 79419000 Usługi konsultacyjne w zakresie ewaluacji, 79632000 Szkolenie pracowników, 80000000 Usługi edukacyjne i szkoleniowe
Miejsce wykonania:
THR075F Provision of Health and Safety Training, Consultancy and Advisory Services.
Miejsce udzielenia zamówienia:
The Office of Government Procurement
Numer nagrody:
1

1. Buyer

1.1 Buyer

Official name : The Office of Government Procurement
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : THR075F Provision of Health and Safety Training, Consultancy and Advisory Services.
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.
Procedure identifier : 04fec6bc-31b1-49dc-b521-54c365b0a896
Previous notice : cf099976-e4dd-4fe7-be24-d5bdd955c683-01
Type of procedure : Open
The procedure is accelerated : yes
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80522000 Training seminars
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 80562000 First-aid training services
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 90721800 Natural risks or hazards protection services
Additional classification ( cpv ): 90742000 Services related to noise pollution
Additional classification ( cpv ): 90742100 Noise control services
Additional classification ( cpv ): 90742200 Noise pollution protection services
Additional classification ( cpv ): 90742300 Noise pollution monitoring services
Additional classification ( cpv ): 90742400 Noise pollution advisory services
Additional classification ( cpv ): 92312212 Services related to the preparation of training manuals
Additional classification ( cpv ): 38434400 Vibration analysers
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 79632000 Personnel-training services
Additional classification ( cpv ): 80000000 Education and training services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 6 801 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 A PHECC First Aid Response Training and B PHECC First Aid Response Recertification Training
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.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80522000 Training seminars
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 80562000 First-aid training services
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 90721800 Natural risks or hazards protection services
Additional classification ( cpv ): 90742000 Services related to noise pollution
Additional classification ( cpv ): 90742100 Noise control services
Additional classification ( cpv ): 90742200 Noise pollution protection services
Additional classification ( cpv ): 90742300 Noise pollution monitoring services
Additional classification ( cpv ): 90742400 Noise pollution advisory services
Additional classification ( cpv ): 92312212 Services related to the preparation of training manuals
Additional classification ( cpv ): 38434400 Vibration analysers
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 79632000 Personnel-training services
Additional classification ( cpv ): 80000000 Education and training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 6 801 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : cost @40%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name :
Description : quality @60%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : The Office of Government Procurement -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation executing the payment : The Office of Government Procurement

5.1 Lot technical ID : LOT-0002

Title : Lot 2 A Manual Handling Training and B QQI Award Level 6 Manual Handling Instructor Training
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.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80522000 Training seminars
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 80562000 First-aid training services
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 90721800 Natural risks or hazards protection services
Additional classification ( cpv ): 90742000 Services related to noise pollution
Additional classification ( cpv ): 90742100 Noise control services
Additional classification ( cpv ): 90742200 Noise pollution protection services
Additional classification ( cpv ): 90742300 Noise pollution monitoring services
Additional classification ( cpv ): 90742400 Noise pollution advisory services
Additional classification ( cpv ): 92312212 Services related to the preparation of training manuals
Additional classification ( cpv ): 38434400 Vibration analysers
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 79632000 Personnel-training services
Additional classification ( cpv ): 80000000 Education and training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 6 801 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : cost @ 40%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name :
Description : quality @ 60%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : The Office of Government Procurement -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation executing the payment : The Office of Government Procurement

5.1 Lot technical ID : LOT-0003

Title : Lot 3 A Fire Safety Manager for a Building Training and B Fire Warden Training (including Fire Extinguisher) and C Evacuation Aid Training
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.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80522000 Training seminars
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 80562000 First-aid training services
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 90721800 Natural risks or hazards protection services
Additional classification ( cpv ): 90742000 Services related to noise pollution
Additional classification ( cpv ): 90742100 Noise control services
Additional classification ( cpv ): 90742200 Noise pollution protection services
Additional classification ( cpv ): 90742300 Noise pollution monitoring services
Additional classification ( cpv ): 90742400 Noise pollution advisory services
Additional classification ( cpv ): 92312212 Services related to the preparation of training manuals
Additional classification ( cpv ): 38434400 Vibration analysers
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 79632000 Personnel-training services
Additional classification ( cpv ): 80000000 Education and training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 6 801 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : cost @ 40%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name :
Description : Quality @ 60%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : The Office of Government Procurement -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation executing the payment : The Office of Government Procurement

5.1 Lot technical ID : LOT-0004

Title : Lot 4 A Safety Officer Training and B Safety Representative Training
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.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80522000 Training seminars
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 80562000 First-aid training services
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 90721800 Natural risks or hazards protection services
Additional classification ( cpv ): 90742000 Services related to noise pollution
Additional classification ( cpv ): 90742100 Noise control services
Additional classification ( cpv ): 90742200 Noise pollution protection services
Additional classification ( cpv ): 90742300 Noise pollution monitoring services
Additional classification ( cpv ): 90742400 Noise pollution advisory services
Additional classification ( cpv ): 92312212 Services related to the preparation of training manuals
Additional classification ( cpv ): 38434400 Vibration analysers
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 79632000 Personnel-training services
Additional classification ( cpv ): 80000000 Education and training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 6 801 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : cost @40%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name :
Description : quality @60%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : The Office of Government Procurement -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation executing the payment : The Office of Government Procurement

5.1 Lot technical ID : LOT-0005

Title : Lot 5 Display Screen Equipment (DSE) Assessor Training
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.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80522000 Training seminars
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 80562000 First-aid training services
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 90721800 Natural risks or hazards protection services
Additional classification ( cpv ): 90742000 Services related to noise pollution
Additional classification ( cpv ): 90742100 Noise control services
Additional classification ( cpv ): 90742200 Noise pollution protection services
Additional classification ( cpv ): 90742300 Noise pollution monitoring services
Additional classification ( cpv ): 90742400 Noise pollution advisory services
Additional classification ( cpv ): 92312212 Services related to the preparation of training manuals
Additional classification ( cpv ): 38434400 Vibration analysers
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 79632000 Personnel-training services
Additional classification ( cpv ): 80000000 Education and training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 6 801 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : Cost @ 40%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name :
Description : Quality @ 60%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : The Office of Government Procurement -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation executing the payment : The Office of Government Procurement

5.1 Lot technical ID : LOT-0006

Title : Lot 6 Occupational Health and Safety (HandS) for Managers Training
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.
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80522000 Training seminars
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 80562000 First-aid training services
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 90721800 Natural risks or hazards protection services
Additional classification ( cpv ): 90742000 Services related to noise pollution
Additional classification ( cpv ): 90742100 Noise control services
Additional classification ( cpv ): 90742200 Noise pollution protection services
Additional classification ( cpv ): 90742300 Noise pollution monitoring services
Additional classification ( cpv ): 90742400 Noise pollution advisory services
Additional classification ( cpv ): 92312212 Services related to the preparation of training manuals
Additional classification ( cpv ): 38434400 Vibration analysers
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 79632000 Personnel-training services
Additional classification ( cpv ): 80000000 Education and training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 6 801 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : cost @ 40%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name :
Description : Quality @ 60%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : The Office of Government Procurement -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation executing the payment : The Office of Government Procurement

5.1 Lot technical ID : LOT-0007

Title : Lot 7 Health and Safety Consultancy and Advisory Services
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.
Internal identifier : 7

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80522000 Training seminars
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 80562000 First-aid training services
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 90721800 Natural risks or hazards protection services
Additional classification ( cpv ): 90742000 Services related to noise pollution
Additional classification ( cpv ): 90742100 Noise control services
Additional classification ( cpv ): 90742200 Noise pollution protection services
Additional classification ( cpv ): 90742300 Noise pollution monitoring services
Additional classification ( cpv ): 90742400 Noise pollution advisory services
Additional classification ( cpv ): 92312212 Services related to the preparation of training manuals
Additional classification ( cpv ): 38434400 Vibration analysers
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 79632000 Personnel-training services
Additional classification ( cpv ): 80000000 Education and training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 6 801 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : Cost @ 40%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name :
Description : Quality @ 60%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : The Office of Government Procurement -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation executing the payment : The Office of Government Procurement

5.1 Lot technical ID : LOT-0008

Title : Lot 8 DSE Ergonomic Assessments Workplace and Home
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.
Internal identifier : 8

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80522000 Training seminars
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 80562000 First-aid training services
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 90721800 Natural risks or hazards protection services
Additional classification ( cpv ): 90742000 Services related to noise pollution
Additional classification ( cpv ): 90742100 Noise control services
Additional classification ( cpv ): 90742200 Noise pollution protection services
Additional classification ( cpv ): 90742300 Noise pollution monitoring services
Additional classification ( cpv ): 90742400 Noise pollution advisory services
Additional classification ( cpv ): 92312212 Services related to the preparation of training manuals
Additional classification ( cpv ): 38434400 Vibration analysers
Additional classification ( cpv ): 71313100 Noise-control consultancy services
Additional classification ( cpv ): 71317000 Hazard protection and control consultancy services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 79632000 Personnel-training services
Additional classification ( cpv ): 80000000 Education and training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 6 801 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : Cost @ 50%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name :
Description : Quality @50%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : The Office of Government Procurement -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation executing the payment : The Office of Government Procurement

6. Results

Maximum value of the framework agreements in this notice : 8 736 396 Euro
Approximate value of the framework agreements : 8 736 396 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 8 736 396 Euro
Re-estimated value of the framework agreement : 8 736 396 Euro

6.1.2 Information about winners

Winner :
Official name : G Holland Ltd t/a Holland Safety
Tender :
Tender identifier : 000067786
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416264
Date on which the winner was chosen : 06/12/2024
Date of the conclusion of the contract : 12/02/2025
Winner :
Official name : Safetech Consulting and Training Ltd.
Tender :
Tender identifier : 000067948
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416263
Date on which the winner was chosen : 06/12/2024
Date of the conclusion of the contract : 12/02/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 10

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 0 Euro
Re-estimated value of the framework agreement : 0 Euro

6.1.2 Information about winners

Winner :
Official name : Safetech Consulting and Training Ltd.
Tender :
Tender identifier : 000067948
Identifier of lot or group of lots : LOT-0002
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416265
Date on which the winner was chosen : 06/12/2024
Date of the conclusion of the contract : 12/02/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 7

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 0 Euro
Re-estimated value of the framework agreement : 0 Euro

6.1.2 Information about winners

Winner :
Official name : Safetech Consulting and Training Ltd.
Tender :
Tender identifier : 000067948
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416266
Date on which the winner was chosen : 06/12/2024
Date of the conclusion of the contract : 12/02/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 4

6.1 Result lot ldentifier : LOT-0004

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 0 Euro
Re-estimated value of the framework agreement : 0 Euro

6.1.2 Information about winners

Winner :
Official name : Safetech Consulting and Training Ltd.
Tender :
Tender identifier : 000067948
Identifier of lot or group of lots : LOT-0004
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416267
Date on which the winner was chosen : 06/12/2024
Date of the conclusion of the contract : 12/02/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 4

6.1 Result lot ldentifier : LOT-0005

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 0 Euro
Re-estimated value of the framework agreement : 0 Euro

6.1.2 Information about winners

Winner :
Official name : Safetech Consulting and Training Ltd.
Tender :
Tender identifier : 000067948
Identifier of lot or group of lots : LOT-0005
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416268
Date on which the winner was chosen : 06/12/2024
Date of the conclusion of the contract : 12/02/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 4

6.1 Result lot ldentifier : LOT-0006

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 0 Euro
Re-estimated value of the framework agreement : 0 Euro

6.1.2 Information about winners

Winner :
Official name : Safetech Consulting and Training Ltd.
Tender :
Tender identifier : 000067948
Identifier of lot or group of lots : LOT-0006
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416269
Date on which the winner was chosen : 06/12/2024
Date of the conclusion of the contract : 12/02/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 4

6.1 Result lot ldentifier : LOT-0007

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 0 Euro
Re-estimated value of the framework agreement : 0 Euro

6.1.2 Information about winners

Winner :
Official name : Holland EHS LTD t/a Holland Consulting
Tender :
Tender identifier : 000067796
Identifier of lot or group of lots : LOT-0007
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416270
Date on which the winner was chosen : 06/12/2024
Date of the conclusion of the contract : 12/02/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 7

6.1 Result lot ldentifier : LOT-0008

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 0 Euro
Re-estimated value of the framework agreement : 0 Euro

6.1.2 Information about winners

Winner :
Official name : Holland EHS LTD t/a Holland Consulting
Tender :
Tender identifier : 000067796
Identifier of lot or group of lots : LOT-0008
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416273
Date on which the winner was chosen : 06/12/2024
Date of the conclusion of the contract : 12/02/2025
Winner :
Official name : KOS Ergonomic Solutions_26407
Tender :
Tender identifier : 000067973
Identifier of lot or group of lots : LOT-0008
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416272
Date on which the winner was chosen : 06/12/2024
Date of the conclusion of the contract : 12/02/2025
Winner :
Official name : Universal Safety Associates
Tender :
Tender identifier : 000067879
Identifier of lot or group of lots : LOT-0008
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 416271
Date on which the winner was chosen : 06/12/2024
Date of the conclusion of the contract : 12/02/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 12

8. Organisations

8.1 ORG-0001

Official name : The Office of Government Procurement
Registration number : IE3229842HH
Postal address : 3A Mayor Street Upper, Dublin 1
Town : Dublin
Postcode : D01 PF72
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 17738000
Internet address : https://www.ogp.gov.ie
Buyer profile : https://www.ogp.gov.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation executing the payment

8.1 ORG-0002

Official name : G Holland Ltd t/a Holland Safety
Registration number : Holland Safety
Postal address : 621 Jordanstown Drive
Town : Dublin
Postcode : D24 P622
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 014019600
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : Holland EHS LTD t/a Holland Consulting
Registration number : 473959
Postal address : 621 Jordanstown Drive, Greenogue, Rathcoole, Co Dublin
Town : Dublin
Postcode : D24P622
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0866009315
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0007 LOT-0008

8.1 ORG-0004

Official name : KOS Ergonomic Solutions_26407
Registration number : 366364
Postal address : Tobins Cross, Holycross,
Town : Thurles
Postcode : E41TPO4
Country subdivision (NUTS) : Mid-West ( IE051 )
Country : Ireland
Telephone : 01 6110200
Internet address : www.kos.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0008

8.1 ORG-0005

Official name : Safetech Consulting and Training Ltd.
Registration number : 521138
Postal address : UNIT 1A RIVERSIDE RETAIL
Town : LETTERKENNY
Postcode : F92 H01R
Country subdivision (NUTS) : Border ( IE041 )
Country : Ireland
Telephone : 0851592692
Internet address : WWW.SAFETECH.IE
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0005 LOT-0006 LOT-0001 LOT-0002 LOT-0003 LOT-0004

8.1 ORG-0006

Official name : Universal Safety Associates
Registration number : 284393
Postal address : Ballynamanagh East
Town : Galway
Postcode : h91f2p7
Country subdivision (NUTS) : West ( IE042 )
Country : Ireland
Telephone : 0878142644
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0008

8.1 ORG-0007

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
Organisation providing more information on the review procedures

8.1 ORG-0008

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

11. Notice information

11.1 Notice information

Notice identifier/version : f6b0468e-9ee0-48f8-8c73-a05e007745bc - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 17/02/2025 11:23 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00108488-2025
OJ S issue number : 34/2025
Publication date : 18/02/2025