24-043 Learning and Talent Development Framework

The Contracting Entity is undertaking a competition for single-supplier frameworks (Lots 1 and 5), and multi-supplier frameworks (Lots 2,3,4 and 6) for the following lots: Lot 1 L and D Service Provider, Lot 2 Executive Development and Coaching, Lot 3 Management Development, Lot 4 Non-Executive Coaching, Lot 5 Psychometrics, Lot …

CPV: 80500000 Uddannelsestilbud, 80540000 Uddannelse inden for miljø, 80550000 Uddannelse inden for sikkerhed, 80000000 Uddannelse og undervisning, 80300000 Videregående uddannelse, 80330000 Sikkerhedsuddannelse, 80340000 Specialundervisning, 80400000 Voksenundervisning og undervisning i øvrigt, 80520000 Uddannelsesfaciliteter, 80530000 Faglig uddannelse, 80531000 Uddannelse inden for industri og teknik, 80570000 Uddannelsestilbud til personlig udvikling, 80531100 Uddannelse inden for industri, 80561000 Undervisning på sundhedsområdet, 92111100 Produktion af uddannelsesfilm og -videobånd, 72220000 Konsulentvirksomhed i forbindelse med systemer og teknik, 72262000 Programmeludvikling, 72500000 Servicevirksomhed i forbindelse med datamater, 79342000 Marketing, 79414000 Rådgivning inden for personalespørgsmål, 79417000 Sikkerhedsrådgivning, 79634000 Erhvervsvejledningstjenester, 80532000 Uddannelse i virksomhedsledelse, 80490000 Drift af undervisningsinstitution, 80560000 Undervisning i sundhed og førstehjælp, 80531200 Uddannelse inden for teknik, 80511000 Personaleuddannelse, 80521000 Uddannelsesprogrammer, 80533100 Edb-uddannelse, 80420000 E-læringstjenester, 80562000 Førstehjælpsuddannelse
Frist:
6. juni 2025 12:00
Type af frist:
Afgivelse af et tilbuddet
Henrettelsessted:
24-043 Learning and Talent Development Framework
Tildelende organ:
Uisce Éireann
Tildelingsnummer:
1

1. Buyer

1.1 Buyer

Official name : Uisce Éireann
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : 24-043 Learning and Talent Development Framework
Description : The Contracting Entity is undertaking a competition for single-supplier frameworks (Lots 1 and 5), and multi-supplier frameworks (Lots 2,3,4 and 6) for the following lots: Lot 1 L and D Service Provider, Lot 2 Executive Development and Coaching, Lot 3 Management Development, Lot 4 Non-Executive Coaching, Lot 5 Psychometrics, Lot 6 Provision of built Digital Content and Associated Professional Services. The framework is for 5 years with 3 annual extensions (5+1+1+1]. Full details are contained in the attached procurement documents.
Procedure identifier : 553a0a65-efd6-4fb1-b823-8713aca1b2b0
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
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 ): 80500000 Training services
Additional classification ( cpv ): 80540000 Environmental training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80300000 Higher education services
Additional classification ( cpv ): 80330000 Safety education services
Additional classification ( cpv ): 80340000 Special education services
Additional classification ( cpv ): 80400000 Adult and other education services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80531000 Industrial and technical training services
Additional classification ( cpv ): 80570000 Personal development training services
Additional classification ( cpv ): 80531100 Industrial training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 92111100 Training-film and video-tape production
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79634000 Career guidance services
Additional classification ( cpv ): 80532000 Management training services
Additional classification ( cpv ): 80490000 Operation of an educational centre
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80531200 Technical training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80533100 Computer training services
Additional classification ( cpv ): 80420000 E-learning services
Additional classification ( cpv ): 80562000 First-aid 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 : 10 712 303,9 Euro

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 6
The tenderer must submit tenders for all lots

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 - L and D Service Provider
Description : The Contracting Entity is undertaking a competition for single-supplier frameworks (Lots 1 and 5), and multi-supplier frameworks (Lots 2,3,4 and 6) for the following lots: Lot 1 L and D Service Provider, Lot 2 Executive Development and Coaching, Lot 3 Management Development, Lot 4 Non-Executive Coaching, Lot 5 Psychometrics, Lot 6 Provision of built Digital Content and Associated Professional Services. The framework is for 5 years with 3 annual extensions (5+1+1+1]. Full details are contained in the attached procurement documents.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80540000 Environmental training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80300000 Higher education services
Additional classification ( cpv ): 80330000 Safety education services
Additional classification ( cpv ): 80340000 Special education services
Additional classification ( cpv ): 80400000 Adult and other education services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80531000 Industrial and technical training services
Additional classification ( cpv ): 80570000 Personal development training services
Additional classification ( cpv ): 80531100 Industrial training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 92111100 Training-film and video-tape production
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79634000 Career guidance services
Additional classification ( cpv ): 80532000 Management training services
Additional classification ( cpv ): 80490000 Operation of an educational centre
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80531200 Technical training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80533100 Computer training services
Additional classification ( cpv ): 80420000 E-learning services
Additional classification ( cpv ): 80562000 First-aid training services
Options :
Description of the options : The framework is for 5 years with 3 annual extensions (5+1+1+1)

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 28/07/2026
Duration end date : 28/07/2034

5.1.4 Renewal

Maximum renewals : 3

5.1.5 Value

Estimated value excluding VAT : 3 204 443,08 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
Additional information : You must submit through the etenders system before the deadline. The submission deadline is strict & no submissions will be possible after the date & time specified in the PQQ documents. Please note that all tenders are electronic, as such NO paper copies will be accepted or read. Please submit via the etenders system not later than 12:00 hrs local time on Friday 6th June 2025. The estimated values in this eForm are dependent on needs and budgetary resources, only indicative and are not binding on the Contracting Entity. If the estimated values are equal to or greater than EUR 250 million, any economic operators participating in this public procurement procedure shall notify the contracting entity of all foreign financial contributions as defined in Article 28(1), point (b) of Regulation (Eu) 2022/2560 on foreign subsidies distorting the internal market.

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 : 06/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : -
Financial arrangement : -

5.1.15 Techniques

Framework agreement :
Framework agreement, with 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 additional information about the procurement procedure : Uisce Éireann -
Organisation providing offline access to the procurement documents : Uisce Éireann -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Uisce Éireann -
Organisation processing tenders : Uisce Éireann -

5.1 Lot technical ID : LOT-0002

Title : Lot 2 - Executive Development and Coaching
Description : The Contracting Entity is undertaking a competition for single-supplier frameworks (Lots 1 and 5), and multi-supplier frameworks (Lots 2,3,4 and 6) for the following lots: Lot 1 L and D Service Provider, Lot 2 Executive Development and Coaching, Lot 3 Management Development, Lot 4 Non-Executive Coaching, Lot 5 Psychometrics, Lot 6 Provision of built Digital Content and Associated Professional Services. The framework is for 5 years with 3 annual extensions (5+1+1+1]. Full details are contained in the attached procurement documents.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80540000 Environmental training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80300000 Higher education services
Additional classification ( cpv ): 80330000 Safety education services
Additional classification ( cpv ): 80340000 Special education services
Additional classification ( cpv ): 80400000 Adult and other education services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80531000 Industrial and technical training services
Additional classification ( cpv ): 80570000 Personal development training services
Additional classification ( cpv ): 80531100 Industrial training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 92111100 Training-film and video-tape production
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79634000 Career guidance services
Additional classification ( cpv ): 80532000 Management training services
Additional classification ( cpv ): 80490000 Operation of an educational centre
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80531200 Technical training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80533100 Computer training services
Additional classification ( cpv ): 80420000 E-learning services
Additional classification ( cpv ): 80562000 First-aid training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 28/07/2026
Duration end date : 28/07/2034

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The framework is for 5 years with 3 annual extensions (5+1+1+1].

5.1.5 Value

Estimated value excluding VAT : 2 949 528,9 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
Additional information : You must submit through the etenders system before the deadline. The submission deadline is strict & no submissions will be possible after the date & time specified in the PQQ documents. Please note that all tenders are electronic, as such NO paper copies will be accepted or read. Please submit via the etenders system not later than 12:00 hrs local time on Friday 6th June 2025. The estimated values in this eForm are dependent on needs and budgetary resources, only indicative and are not binding on the Contracting Entity. If the estimated values are equal to or greater than EUR 250 million, any economic operators participating in this public procurement procedure shall notify the contracting entity of all foreign financial contributions as defined in Article 28(1), point (b) of Regulation (Eu) 2022/2560 on foreign subsidies distorting the internal market.

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 : 06/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : -
Financial arrangement : -

5.1.15 Techniques

Framework agreement :
Framework agreement, with 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 additional information about the procurement procedure : Uisce Éireann -
Organisation providing offline access to the procurement documents : Uisce Éireann -
Organisation providing more information on the review procedures : Uisce Éireann -
Organisation receiving requests to participate : Uisce Éireann -
Organisation processing tenders : Uisce Éireann -

5.1 Lot technical ID : LOT-0003

Title : Lot 3 - Management Development
Description : The Contracting Entity is undertaking a competition for single-supplier frameworks (Lots 1 and 5), and multi-supplier frameworks (Lots 2,3,4 and 6) for the following lots: Lot 1 L and D Service Provider, Lot 2 Executive Development and Coaching, Lot 3 Management Development, Lot 4 Non-Executive Coaching, Lot 5 Psychometrics, Lot 6 Provision of built Digital Content and Associated Professional Services. The framework is for 5 years with 3 annual extensions (5+1+1+1]. Full details are contained in the attached procurement documents.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80540000 Environmental training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80300000 Higher education services
Additional classification ( cpv ): 80330000 Safety education services
Additional classification ( cpv ): 80340000 Special education services
Additional classification ( cpv ): 80400000 Adult and other education services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80531000 Industrial and technical training services
Additional classification ( cpv ): 80570000 Personal development training services
Additional classification ( cpv ): 80531100 Industrial training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 92111100 Training-film and video-tape production
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79634000 Career guidance services
Additional classification ( cpv ): 80532000 Management training services
Additional classification ( cpv ): 80490000 Operation of an educational centre
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80531200 Technical training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80533100 Computer training services
Additional classification ( cpv ): 80420000 E-learning services
Additional classification ( cpv ): 80562000 First-aid training services
Options :
Description of the options : The framework is for 5 years with 3 annual extensions (5+1+1+1].

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 28/07/2026
Duration end date : 28/07/2034

5.1.4 Renewal

Maximum renewals : 3

5.1.5 Value

Estimated value excluding VAT : 1 788 253,19 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
Additional information : You must submit through the etenders system before the deadline. The submission deadline is strict & no submissions will be possible after the date & time specified in the PQQ documents. Please note that all tenders are electronic, as such NO paper copies will be accepted or read. Please submit via the etenders system not later than 12:00 hrs local time on Friday 6th June 2025. The estimated values in this eForm are dependent on needs and budgetary resources, only indicative and are not binding on the Contracting Entity. If the estimated values are equal to or greater than EUR 250 million, any economic operators participating in this public procurement procedure shall notify the contracting entity of all foreign financial contributions as defined in Article 28(1), point (b) of Regulation (Eu) 2022/2560 on foreign subsidies distorting the internal market.

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 : 06/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : -
Financial arrangement : -

5.1.15 Techniques

Framework agreement :
Framework agreement, with 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 additional information about the procurement procedure : Uisce Éireann -
Organisation providing offline access to the procurement documents : Uisce Éireann -
Organisation providing more information on the review procedures : Uisce Éireann -
Organisation receiving requests to participate : Uisce Éireann -
Organisation processing tenders : Uisce Éireann -

5.1 Lot technical ID : LOT-0004

Title : Lot 4 - Non-Executive Coaching
Description : The Contracting Entity is undertaking a competition for single-supplier frameworks (Lots 1 and 5), and multi-supplier frameworks (Lots 2,3,4 and 6) for the following lots: Lot 1 L and D Service Provider, Lot 2 Executive Development and Coaching, Lot 3 Management Development, Lot 4 Non-Executive Coaching, Lot 5 Psychometrics, Lot 6 Provision of built Digital Content and Associated Professional Services. The framework is for 5 years with 3 annual extensions (5+1+1+1]. Full details are contained in the attached procurement documents.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80540000 Environmental training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80300000 Higher education services
Additional classification ( cpv ): 80330000 Safety education services
Additional classification ( cpv ): 80340000 Special education services
Additional classification ( cpv ): 80400000 Adult and other education services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80531000 Industrial and technical training services
Additional classification ( cpv ): 80570000 Personal development training services
Additional classification ( cpv ): 80531100 Industrial training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 92111100 Training-film and video-tape production
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79634000 Career guidance services
Additional classification ( cpv ): 80532000 Management training services
Additional classification ( cpv ): 80490000 Operation of an educational centre
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80531200 Technical training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80533100 Computer training services
Additional classification ( cpv ): 80420000 E-learning services
Additional classification ( cpv ): 80562000 First-aid training services
Options :
Description of the options : The framework is for 5 years with 3 annual extensions (5+1+1+1].

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 28/07/2026
Duration end date : 28/07/2034

5.1.4 Renewal

Maximum renewals : 3

5.1.5 Value

Estimated value excluding VAT : 608 094,94 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
Additional information : You must submit through the etenders system before the deadline. The submission deadline is strict & no submissions will be possible after the date & time specified in the PQQ documents. Please note that all tenders are electronic, as such NO paper copies will be accepted or read. Please submit via the etenders system not later than 12:00 hrs local time on Friday 6th June 2025. The estimated values in this eForm are dependent on needs and budgetary resources, only indicative and are not binding on the Contracting Entity. If the estimated values are equal to or greater than EUR 250 million, any economic operators participating in this public procurement procedure shall notify the contracting entity of all foreign financial contributions as defined in Article 28(1), point (b) of Regulation (Eu) 2022/2560 on foreign subsidies distorting the internal market.

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 : 06/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : -
Financial arrangement : -

5.1.15 Techniques

Framework agreement :
Framework agreement, with 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 additional information about the procurement procedure : Uisce Éireann -
Organisation providing offline access to the procurement documents : Uisce Éireann -
Organisation providing more information on the review procedures : Uisce Éireann -
Organisation receiving requests to participate : Uisce Éireann -
Organisation processing tenders : Uisce Éireann -

5.1 Lot technical ID : LOT-0005

Title : Lot 5 - Psychometrics
Description : The Contracting Entity is undertaking a competition for single-supplier frameworks (Lots 1 and 5), and multi-supplier frameworks (Lots 2,3,4 and 6) for the following lots: Lot 1 L and D Service Provider, Lot 2 Executive Development and Coaching, Lot 3 Management Development, Lot 4 Non-Executive Coaching, Lot 5 Psychometrics, Lot 6 Provision of built Digital Content and Associated Professional Services. The framework is for 5 years with 3 annual extensions (5+1+1+1]. Full details are contained in the attached procurement documents.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80540000 Environmental training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80300000 Higher education services
Additional classification ( cpv ): 80330000 Safety education services
Additional classification ( cpv ): 80340000 Special education services
Additional classification ( cpv ): 80400000 Adult and other education services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80531000 Industrial and technical training services
Additional classification ( cpv ): 80570000 Personal development training services
Additional classification ( cpv ): 80531100 Industrial training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 92111100 Training-film and video-tape production
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79634000 Career guidance services
Additional classification ( cpv ): 80532000 Management training services
Additional classification ( cpv ): 80490000 Operation of an educational centre
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80531200 Technical training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80533100 Computer training services
Additional classification ( cpv ): 80420000 E-learning services
Additional classification ( cpv ): 80562000 First-aid training services
Options :
Description of the options : The framework is for 5 years with 3 annual extensions (5+1+1+1].

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 28/07/2026
Duration end date : 28/07/2034

5.1.4 Renewal

Maximum renewals : 3

5.1.5 Value

Estimated value excluding VAT : 891 332,93 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
Additional information : You must submit through the etenders system before the deadline. The submission deadline is strict & no submissions will be possible after the date & time specified in the PQQ documents. Please note that all tenders are electronic, as such NO paper copies will be accepted or read. Please submit via the etenders system not later than 12:00 hrs local time on Friday 6th June 2025. The estimated values in this eForm are dependent on needs and budgetary resources, only indicative and are not binding on the Contracting Entity. If the estimated values are equal to or greater than EUR 250 million, any economic operators participating in this public procurement procedure shall notify the contracting entity of all foreign financial contributions as defined in Article 28(1), point (b) of Regulation (Eu) 2022/2560 on foreign subsidies distorting the internal market.

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 : 06/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : -
Financial arrangement : -

5.1.15 Techniques

Framework agreement :
Framework agreement, with 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 additional information about the procurement procedure : Uisce Éireann -
Organisation providing offline access to the procurement documents : Uisce Éireann -
Organisation providing more information on the review procedures : Uisce Éireann -
Organisation receiving requests to participate : Uisce Éireann -
Organisation processing tenders : Uisce Éireann -

5.1 Lot technical ID : LOT-0006

Title : Lot 6 - Provision of built Digital Content and Associated Professional Services
Description : The Contracting Entity is undertaking a competition for single-supplier frameworks (Lots 1 and 5), and multi-supplier frameworks (Lots 2,3,4 and 6) for the following lots: Lot 1 L and D Service Provider, Lot 2 Executive Development and Coaching, Lot 3 Management Development, Lot 4 Non-Executive Coaching, Lot 5 Psychometrics, Lot 6 Provision of built Digital Content and Associated Professional Services. The framework is for 5 years with 3 annual extensions (5+1+1+1]. Full details are contained in the attached procurement documents.
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80540000 Environmental training services
Additional classification ( cpv ): 80550000 Safety training services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80300000 Higher education services
Additional classification ( cpv ): 80330000 Safety education services
Additional classification ( cpv ): 80340000 Special education services
Additional classification ( cpv ): 80400000 Adult and other education services
Additional classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80530000 Vocational training services
Additional classification ( cpv ): 80531000 Industrial and technical training services
Additional classification ( cpv ): 80570000 Personal development training services
Additional classification ( cpv ): 80531100 Industrial training services
Additional classification ( cpv ): 80561000 Health training services
Additional classification ( cpv ): 92111100 Training-film and video-tape production
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79634000 Career guidance services
Additional classification ( cpv ): 80532000 Management training services
Additional classification ( cpv ): 80490000 Operation of an educational centre
Additional classification ( cpv ): 80560000 Health and first-aid training services
Additional classification ( cpv ): 80531200 Technical training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80533100 Computer training services
Additional classification ( cpv ): 80420000 E-learning services
Additional classification ( cpv ): 80562000 First-aid training services
Options :
Description of the options : The framework is for 5 years with 3 annual extensions (5+1+1+1].

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 28/07/2026
Duration end date : 28/07/2034

5.1.4 Renewal

Maximum renewals : 3

5.1.5 Value

Estimated value excluding VAT : 1 270 650,86 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
Additional information : You must submit through the etenders system before the deadline. The submission deadline is strict & no submissions will be possible after the date & time specified in the PQQ documents. Please note that all tenders are electronic, as such NO paper copies will be accepted or read. Please submit via the etenders system not later than 12:00 hrs local time on Friday 6th June 2025. The estimated values in this eForm are dependent on needs and budgetary resources, only indicative and are not binding on the Contracting Entity. If the estimated values are equal to or greater than EUR 250 million, any economic operators participating in this public procurement procedure shall notify the contracting entity of all foreign financial contributions as defined in Article 28(1), point (b) of Regulation (Eu) 2022/2560 on foreign subsidies distorting the internal market.

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 : 06/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : -
Financial arrangement : -

5.1.15 Techniques

Framework agreement :
Framework agreement, with 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 additional information about the procurement procedure : Uisce Éireann -
Organisation providing offline access to the procurement documents : Uisce Éireann -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Uisce Éireann -
Organisation processing tenders : Uisce Éireann -

8. Organisations

8.1 ORG-0001

Official name : Uisce Éireann
Registration number : 0
Town : Dublin
Postcode : Dublin
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0214239000
Buyer profile : https://www.water.ie
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
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
Organisation providing more information on the review procedures

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 : 6a9f8a2b-feed-4bfe-be40-fe2167c96e35 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/05/2025 11:12 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00285869-2025
OJ S issue number : 86/2025
Publication date : 05/05/2025