Section I: Contracting authority
I.1)Name and addressesOfficial name: Dublin City Council
National registration number: N/A
Postal address: Civic Offices, Wood Quay
Town: Dublin 8
NUTS code: IE061 Dublin
Postal code: Dublin
Country: Ireland
Contact person: Veronica Plunkett
E-mail: veronica.plunkett@dublincity.ie
Telephone: +353 2225067
Internet address(es):
Main address: www.dublincity.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/267
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=208300&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=208300&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Multi Party Framework Agreement for the Provision of HR Consultancy Services to Dublin City Council Expression of Interest
II.1.2)Main CPV code79414000 Human resources management consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
Expression of Interest/Multi Party Framework Agreement
For the provision of various HR Consultancy Services to Dublin City Council
The EOI is for the provision of services as follows:
• Conducting investigations under a number of Dublin City Council policies and Government Codes, including, but not limited to, the following: Dignity at Work Policy, Disciplinary Policy, Grievance Policy, Protected Disclosures Procedure, and the Code of Conduct for Employees
• Assisting with strategic HR and organisational development including completion of structural organisation and efficiency reviews, learning and development strategies, HR Strategy etc.
• Assisting with the implementation of HR/Corporate Strategies (for example the roll out of the Public Sector, Equality and Human Rights Duty)
• Mediation/Conflict Resolution/Facilitation Services
II.1.5)Estimated total valueValue excluding VAT: 240 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Public Sector Equality and Human Rights Duty Services
Lot No: 1
II.2.2)Additional CPV code(s)73220000 Development consultancy services
79411000 General management consultancy services
79720000 Investigation services
II.2.3)Place of performanceNUTS code: IE061 Dublin
II.2.4)Description of the procurement:
Implementation of the Public Sector Human Rights and Equality Duty including, but not limited to: facilitation of meetings and workshops, consultation meetings with internal and external groups, preparation of draft and final reports; conducting Equality Reviews and preparing Equality Action Plans; and advising on and assisting with compliance with Equality and Human Rights Compliance Notices where required.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 8
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Workplace Investigations and Conflict Resolution Services
Lot No: 2
II.2.2)Additional CPV code(s)73220000 Development consultancy services
79411000 General management consultancy services
79720000 Investigation services
II.2.3)Place of performanceNUTS code: IE061 Dublin
II.2.4)Description of the procurement:
Workplace Investigations and Conflict Resolution Services. Conducting investigations and conflict resolution processes (including mediations and facilitation processes). Investigations may be required for the following areas including but not limited to: Protected Disclosures, Disciplinary and Grievance processes, Dignity at Work matters, breaches of the Code of Conduct for Employees. All HR policies in operation during the lifetime of the MPFA may be in scope.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 8
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Strategic HR and Organisation Development Services
Lot No: 3
II.2.2)Additional CPV code(s)73220000 Development consultancy services
79411000 General management consultancy services
79720000 Investigation services
II.2.3)Place of performanceNUTS code: IE061 Dublin
II.2.4)Description of the procurement:
Strategic HR and Organisation Development Services. Strategic HR and organisational development: the services required may include, but are not limited to the following: Facilitation of the development and Implementation of emerging/renewed policies and strategies, eg, Blended Working Policy, Strategic Workforce Planning and organisational development strategies and reviews. Reviewing existing HR/Corporate strategies using a variety of engagement mechanisms.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 8
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See documents for details.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 24
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 23/05/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 20/06/2022
IV.2.4)Languages in which tenders or requests to participate may be submitted:English, Irish
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 12 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Town: Dublin
Postal code: Dublin 7
Country: Ireland
E-mail: HighCourtCentralOffice@courts.ie
Telephone: +353 18886000
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please consult your solicitor.
VI.5)Date of dispatch of this notice:20/04/2022