PS3237F - RFT to Establish a Multi-Supplier Framework Agreement for the Provision of Contracted Further Education and Training (FET) Services for the Education and Training Board (ETBs)

Provision of Contracted Further Education and Training (FET) Services for the Education and Training Boards (ETBs). All ETBs are participants in this national framework and may, at their discretion, drawdown services through it for approved training activities funded under their annual FET Service Plans. Training services under the framework are …

CPV: 80000000 Education and training services, 80500000 Training services, 80521000 Training programme services
Deadline:
Nov. 3, 2025, noon
Deadline type:
Submitting a bid
Place of execution:
PS3237F - RFT to Establish a Multi-Supplier Framework Agreement for the Provision of Contracted Further Education and Training (FET) Services for the Education and Training Board (ETBs)
Awarding body:
Education Procurement Service (EPS)
Award number:
1

1. Buyer

1.1 Buyer

Official name : Education Procurement Service (EPS)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : PS3237F - RFT to Establish a Multi-Supplier Framework Agreement for the Provision of Contracted Further Education and Training (FET) Services for the Education and Training Board (ETBs)
Description : Provision of Contracted Further Education and Training (FET) Services for the Education and Training Boards (ETBs). All ETBs are participants in this national framework and may, at their discretion, drawdown services through it for approved training activities funded under their annual FET Service Plans. Training services under the framework are organised into two core categories: • Lot 1: Category A – Generalist Training Provision: Courses that support broadly accessible or vocational skills development and can be delivered without specialist accreditation or high-cost infrastructure. • Lot 2: Category B – Technical/Specialist Training Provision: Courses that require specialised resources, regulated tutor credentials, or facility intensive delivery. Lot 1: Category A – Generalist Training Provision Category A training refers to broadly accessible courses that support occupational skills development across various sectors. These may cover general or specific roles, provided they don’t require specialist infrastructure, rare technical expertise, or regulatory accreditation. Courses are mainly delivered by generalist providers using standard facilities and tutor resources. Pricing follows the contracted training structure full-day rate, hourly tutor rate, and management or admin fee. Education and Training Boards (ETBs) may include minor technical elements, such as a certified module or specialist equipment, under the receipted expenditure model. Lot 2: Category B – Technical/Specialist Training Provision Category B training refers to specialist or technically complex courses requiring significant resources such as specialist facilities, accredited tutors, or regulated environments. These support roles with defined technical or regulatory standards and cannot be delivered under the generalist Category A framework. Such courses are resource-intensive and typically involve providers with specialist accreditations (e.g., PHECC, QQI ownership, certified software partnerships). Delivery is procured via RFQ or Mini Competition to ensure cost-efficiency, compliance, and alignment with capability needs.
Procedure identifier : 03a64d83-5229-4cd9-bd22-e3ce849c09df
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80521000 Training programme services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 160 000 000 Euro
Maximum value of the framework agreement : 160 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1: Category A – Generalist Training Provision
Description : Provision of Contracted Further Education and Training (FET) Services for the Education and Training Boards (ETBs). All ETBs are participants in this national framework and may, at their discretion, drawdown services through it for approved training activities funded under their annual FET Service Plans. Training services under the framework are organised into two core categories: • Lot 1: Category A – Generalist Training Provision: Courses that support broadly accessible or vocational skills development and can be delivered without specialist accreditation or high-cost infrastructure. • Lot 2: Category B – Technical/Specialist Training Provision: Courses that require specialised resources, regulated tutor credentials, or facility intensive delivery. Lot 1: Category A – Generalist Training Provision Category A training refers to broadly accessible courses that support occupational skills development across various sectors. These may cover general or specific roles, provided they don’t require specialist infrastructure, rare technical expertise, or regulatory accreditation. Courses are mainly delivered by generalist providers using standard facilities and tutor resources. Pricing follows the contracted training structure full-day rate, hourly tutor rate, and management or admin fee. Education and Training Boards (ETBs) may include minor technical elements, such as a certified module or specialist equipment, under the receipted expenditure model. Lot 2: Category B – Technical/Specialist Training Provision Category B training refers to specialist or technically complex courses requiring significant resources such as specialist facilities, accredited tutors, or regulated environments. These support roles with defined technical or regulatory standards and cannot be delivered under the generalist Category A framework. Such courses are resource-intensive and typically involve providers with specialist accreditations (e.g., PHECC, QQI ownership, certified software partnerships). Delivery is procured via RFQ or Mini Competition to ensure cost-efficiency, compliance, and alignment with capability needs.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80521000 Training programme services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 160 000 000 Euro

5.1.6 General information

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

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 24/10/2025 12:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 03/11/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 03/11/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 0
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 : Education Procurement Service (EPS)
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Education Procurement Service (EPS)
Organisation processing tenders : Education Procurement Service (EPS)

5.1 Lot technical ID : LOT-0002

Title : Lot 2: Category B – Technical/Specialist Training Provision
Description : Provision of Contracted Further Education and Training (FET) Services for the Education and Training Boards (ETBs). All ETBs are participants in this national framework and may, at their discretion, drawdown services through it for approved training activities funded under their annual FET Service Plans. Training services under the framework are organised into two core categories: • Lot 1: Category A – Generalist Training Provision: Courses that support broadly accessible or vocational skills development and can be delivered without specialist accreditation or high-cost infrastructure. • Lot 2: Category B – Technical/Specialist Training Provision: Courses that require specialised resources, regulated tutor credentials, or facility intensive delivery. Lot 1: Category A – Generalist Training Provision Category A training refers to broadly accessible courses that support occupational skills development across various sectors. These may cover general or specific roles, provided they don’t require specialist infrastructure, rare technical expertise, or regulatory accreditation. Courses are mainly delivered by generalist providers using standard facilities and tutor resources. Pricing follows the contracted training structure full-day rate, hourly tutor rate, and management or admin fee. Education and Training Boards (ETBs) may include minor technical elements, such as a certified module or specialist equipment, under the receipted expenditure model. Lot 2: Category B – Technical/Specialist Training Provision Category B training refers to specialist or technically complex courses requiring significant resources such as specialist facilities, accredited tutors, or regulated environments. These support roles with defined technical or regulatory standards and cannot be delivered under the generalist Category A framework. Such courses are resource-intensive and typically involve providers with specialist accreditations (e.g., PHECC, QQI ownership, certified software partnerships). Delivery is procured via RFQ or Mini Competition to ensure cost-efficiency, compliance, and alignment with capability needs.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80521000 Training programme services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 160 000 000 Euro

5.1.6 General information

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

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 24/10/2025 12:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 03/11/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 03/11/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 0
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 : Education Procurement Service (EPS)
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Education Procurement Service (EPS)
Organisation processing tenders : Education Procurement Service (EPS)

8. Organisations

8.1 ORG-0001

Official name : Education Procurement Service (EPS)
Registration number : IE 6609370 G
Postal address : Castletroy Limerick
Town : Limerick
Postcode : V94 DK53
Country subdivision (NUTS) : Mid-West ( IE051 )
Country : Ireland
Telephone : 061233715
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
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 : 7f2f046b-b43a-40e5-877d-0233f93b5cb7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/09/2025 12:19 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00639970-2025
OJ S issue number : 188/2025
Publication date : 01/10/2025