Contract notice Services Section I: Contracting authority I.1) Name, addresses and contact point(s): European Foundation for the Improvement of Living and Working Conditions, attn: Maria Cuesta, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. mce@eurofound.europa.eu. Internet address(es): General address of the contracting authority (URL): http://www.eurofound.europa.eu. Further information can be obtained from: the above-mentioned contact point(s). Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: the above-mentioned contact point(s). Tenders or requests to participate must be sent to: the above-mentioned contact point(s). Type of the contracting authority and main activity or activities: European institution/agency or international organisation. Social policy. The contracting authority is purchasing on behalf of other contracting authorities: no. Object of the contract II.1) Description II.1.1) Title attributed to the contract by the contracting authority: European Establishment Survey. Type of contract and location of works, place of delivery or of performance: Services. Service category No 10. Outside the premises of the Foundation. A public contract. Short description of the contract or purchase(s): In 2004-5, the European Foundation conducted the first European Establishment Survey on working-time arrangements and work-life balance in 21 Member States of the European Union. Please refer to the following web site: http://www.eurofound.europa.eu/about/tenders/index.htm. The second European Establishment Survey will address working-time arrangements and will additionally cover other elements of employment relations, e.g. financial participation of workers, incentive pay and flexible payments systems; social dialogue and quality of work, and employee involvement in organisational change. It will accordingly map policies and practices at the level of the establishment, survey the views of company-level actors on these policies and practices and provide policy makers with a picture of the main issues and developments in the field. The survey will be conducted in all Member States of the European Union, and, subject to the availability of additional funding, in Croatia, FYROM, Iceland, Norway, Switzerland and Turkey. Common procurement vocabulary (CPV): 74130000, 74131600, 73210000, 74131200. Contract covered by the Government Procurement Agreement (GPA): Yes. Tenders should be submitted for all lots. Quantity or scope of the contract II.2.1) Total quantity or scope: Lot 1: development of questionnaires and investigation of sampling challenges: This lot has 2 objectives: to prepare the English master versions of the 2 questionnaires to be used in the survey (management interview and employee representative interview) and to make a preliminary investigation of the challenges involved in sampling for the survey (including the feasibility of alternative methods of securing an employee representative interview in the case of management refusal). Lot 1 will be contracted in 2007 on the basis of funding in the Foundation's budget, possibly under co-financing for a specific task from the European Agency for Safety and Health at Work (OSHA) and external funding for some non-EU countries. implementation of the survey: The objectives of this lot are to implement the survey (service contract) and to carry out additional employee representatives' interviews (framework service contract). Lot 2 will be contracted in 2008, subject to the availability of funds on the Foundation's budget and possible co-financing (for a specific task) from the European Agency for Safety and Health at Work (OSHA). The contracting and implementation of the survey in any of the following countries Croatia, FYROM, Iceland, Norway, Switzerland, Turkey will be subject to external funds' availability in 2008. preparation of a descriptive overview report of the results: The objective of this lot is to prepare a descriptive overview report of the results. Lot 3 will be contracted in 2009 subject to budget availability. Information about lots Lot No 1 Title: Development of questionnaires and investigation of sampling challenges 1) Short description: This lot has 2 objectives: to prepare the English master versions of the 2 questionnaires to be used in the survey (management interview and employee representative interview) and to make a preliminary investigation of the challenges involved in sampling for the survey (including the feasibility of alternative methods of securing an employee representative interview in the case of management refusal). Common procurement vocabulary (CPV): 73210000, 74130000, 74131600, 74131200. Estimated cost excluding VAT: Range: up to EUR 73 000. Indication about different date for duration of contract or starting/completion: Duration: 8 months from the award of the contract. Additional information about lots: The amount available for lot 1 is EUR 73 000. This amount excludes any additional funding for non-EU countries. For detailed information regarding duration of contracts see the terms of reference and the draft contract provided in the technical specifications. Implementation of the survey 1) Short description: The objectives of this lot are to implement the survey and to carry out additional employee representatives' interviews. Common procurement vocabulary (CPV): 74130000, 74131600, 73210000, 74131200. Quantity or scope 4) Indication about different date for duration of contract or starting/completion: Duration: 18 months from the award of the contract. Additional information about lots: Lot 2 will be contracted in 2008, subject to the availability of funds on the Foundation's budget and possible co-financing (for a specific task) from the European Agency for Safety and Health at Work (OSHA). The contracting and implementation of the survey in any of the following countries Croatia, FYROM, Iceland, Norway, Switzerland, Turkey will be subject to external funds' availability in 2008. Preparation of a descriptive overview report of the results 1) Short description: The objective of this lot is to prepare a descriptive overview report of the results. Common procurement vocabulary (CPV): 74130000, 74131600, 73210000, 74131200. Quantity or scope 4) Indication about different date for duration of contract or starting/completion: Duration: 8 months from the award of the contract. Additional information about lots: Lot 3 will be contracted in 2009 subject to budget availability. Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) Deposits and guarantees required: Bank guarantee required for lot 2. Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them: See draft contracts, annexes to the technical specifications. Legal form to be taken by the group of economic operators to whom the contract is to be awarded: - Contractor, - subcontracting is allowed, - consortia: consortia must indicate in their tender which legal form they intend to assume and specify the role, qualifications and experience of each member of the group. A consortium can be a permanent, legally-established grouping or a grouping which has been constituted for this tender procedure. The member of the group (the leader), which will take legal and administrative responsibility for the contract, must also be specified. All members of a consortium (i.e., the leader and all partners), are jointly and severally liable to the contracting authority. Other particular conditions to which the performance of the contract is subject: Yes. Lot 1 will be contracted in 2007 on the basis of funding in the Foundation's budget, possibly under co-financing for a specific task from the European Agency for Safety and Health at Work (OSHA) and external funding for some non-EU countries. Lot 2 will be contracted in 2008 (implementation of the survey (service contract) and additional employee representatives interviews (framework service contract), subject to the availability of funds on the Foundation's budget and possible co-financing (for a specific task) from the European Agency for Safety and Health at Work (OSHA). The contracting and implementation of the survey in any of the following countries Croatia, FYROM, Iceland, Norway, Switzerland, Turkey will be subject to external funds' availability in 2008. Lot 3 will be contracted in 2009 subject to budget availability. Conditions for participation III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers: Information and formalities necessary for evaluating if requirements are met: A signed and dated statement that the tenderer is not excluded from participation in the contract, as provided for in Article 29 of Directive 92/50/EEC. Economic and financial capacity: Information and formalities necessary for evaluating if requirements are met: a) Statement from the tenderer's bank indicating good financial viability of said company or proof of professional risk insurance covers; b) balance sheets or summaries thereof for at least the past 2 financial years for which accounts have been closed, where publication of balance sheets is prescribed under company law in the country in which the tenderer is established; c) statements of total turnover, and turnover relating to the provision of similar services, realised over a period which does not exceed the past 3 financial years. Where the tenderer is an individual, he/she is obliged to provide proof of his/her independent status and documentary evidence concerning social security cover, VAT obligations or proof of exemption from VAT as appropriate. Information and formalities necessary for evaluating if requirements are met: 1. Structured company with defined roles and tasks, including coordination, questionnaire development, development of sampling frame, data collection to be supported by a comprehensive organisational profile, and CVs of staff who will work on the project supplied in the format given in the standard reply form; 2. the contractor must belong to Esomar, WAPOR or an equivalent body (certificate of membership) and comply with the following codes of conduct: ICC/Esomar International Code of Marketing and Social Research Practice or equivalent and WAPOR/Esomar Guide to Opinion Polls or equivalent (to be supported by evidence of membership/association); 3. good knowledge of English for coordinating work and liaison with the Foundation (CVs of the coordination team supplied in the format given in the standard reply form); 4. experience in managing and coordinating Europe-wide surveys (list of references); 5. knowledge and experience of research on workplace employment relations, including working-time (CVs, references); 6. experience in development and editing of questionnaires for CATI (references of previous experience required); 7. professional translation capacity (CVs of staff proposed to carry out translations or CVs of proposed subcontractors); 8. proof of an established network of fieldwork agencies in the countries where the survey will take place (list of national agencies); 9. experience of drafting research reports in clear, concise English for an audience of practitioners and policy-makers (references). Conditions specific to services contracts III.3.1) Execution of the service is reserved to a particular profession: No. Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes. Procedure IV.1) Type of procedure: Open. Award criteria IV.2.1) Award criteria: The most economically advantageous tender in terms of the criteria stated below: 1. Project management (30): a) quality of instructions to interviewers, training, supervision and control (10); b) coordination and organisation of fieldwork agencies (10); c) quality of procedures for reporting to the Foundation (10). Implementation of the survey, sampling and fieldwork (30): a) quality of the proposal for sampling (6); b) quality of instructions to interviewers, training, supervision and control (6); c) quality of proposed measures to increase response rates (6); d) quality of internal control procedures (6); e) quality of reporting on (technical) fieldwork (6). Questionnaire development and finalisation (20 points): quality of the plan for questionnaire development and finalisation. Data processing and reporting (20 points): a) quality of the proposal for data processing and cleaning (5); b) quality of the proposal for data weighting (5); c) quality of proposals for data editing (5); d) quality of the proposal for the descriptive report (5). The contract will be awarded on the basis of the quality of the proposal and cost which, in the opinion of the European Foundation for Improvement of Living and Working Conditions, most satisfy the necessary economic and technical capacity. Each variant will be assessed as follows: only tenders achieving a minimum of 70 % of the total score will be further evaluated in relation to price. The Foundation reserves the right to award the contract on the basis of either variant (variant A or variant B), or combination of variants in the light of the available budget (Foundation's budget; co-financing from the European Agency for Safety and Health at Work; external funding from non EU-countries). The tender offering best value for money will be chosen. Value for money means the best quality/price combination. An electronic auction will be used: No. Administrative information IV.3.1) File reference number attributed by the contracting authority: 07/0272/01. Previous publication(s) concerning the same contract: Prior information notice number in OJ: 2007/S 54-65977 of 17.3.2007. Conditions for obtaining specifications and additional documents or descriptive document: Time-limit for receipt of requests for documents or for accessing documents: 27.8.2007 (17:00). Time-limit for receipt of tenders or requests to participate: 3.9.2007 (17:00). Language(s) in which tenders or requests to participate may be drawn up: English. Tenders will be opened at the offices of the European Foundation - room No LH5. Persons authorised to be present at the opening of tenders: yes. Please advise Maria Cuesta in advance if you intend to be present at the opening. Complementary information VI.1) This is a recurrent procurement: No. Contract related to a project and/or programme financed by EU funds: No. Conditions for tendering: Parties interested in participating in the tender procedure can access the tender documents via the Internet: http://www eurofound.europa.eu/about/tenders/index.htm. Tender documents can also be obtained from the Foundation. Requests, which should specify how the information pack is to be dispatched, i.e., in electronic format or hard copy, must be made in writing to Ms Maria Cuesta either by post, facsimile (353-1) 282 64 56 or electronic mail: mce@eurofound.europa.eu, mentioning the complete contact details (name, address, telephone, facsimile, e-mail) of the person/institute issuing the request. Tenders must be submitted in quadruplicate in a sealed envelope, which is enclosed in a second sealed envelope. The inner envelope must be marked 'Invitation to tender No 07/0272/01. For the attention of Ms Maria Cuesta. Tender from (name of tenderer). Not to be opened by the mail service. To be opened by the opening committee only.' Note: If self-adhesive envelopes are used, they must be sealed with adhesive tape and the sender must sign across this tape. Submission of tenders by facsimile or by electronic mail is not acceptable and renders these tenders inadmissible. Procedures for appeal VI.4.1) Body responsible for appeal procedures: Court of First Instance of the European Communities, boulevard Konrad Adenauer, L-2925 Luxembourg. Tel. ECJ.Registry@curia.eu.int. http://curia.eu.int. Body responsible for mediation procedures: The European Ombudsman, 1, avenue du President Robert Schuman, BP 403, F-67001 Strasbourg Cedex. Tel. euro-ombudsman@europarl.eu.int. http://www.ombudsman.europa.eu/home/en/default.htm. Precise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to knowledge. A complaint to the European Ombudsman does not have as an affect either to suspend this period or to open a new period for lodging appeals. Date of dispatch of this notice: 6.7.2007.
Deadline
The time limit for receipt of tenders was 2007-09-03.
The procurement was published on 2007-07-18.
Contract notice (2007-07-06) Object Scope of the procurement
Title: European Establishment Survey
Full text:
โContract notice Services Section I: Contracting authority I.1) Name, addresses and contact point(s): European Foundation for the Improvement of Living and...โ
Full text
Contract notice Services Section I: Contracting authority I.1) Name, addresses and contact point(s): European Foundation for the Improvement of Living and Working Conditions, attn: Maria Cuesta, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. mce@eurofound.europa.eu. Internet address(es): General address of the contracting authority (URL): http://www.eurofound.europa.eu. Further information can be obtained from: the above-mentioned contact point(s). Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: the above-mentioned contact point(s). Tenders or requests to participate must be sent to: the above-mentioned contact point(s). Type of the contracting authority and main activity or activities: European institution/agency or international organisation. Social policy. The contracting authority is purchasing on behalf of other contracting authorities: no. Object of the contract II.1) Description II.1.1) Title attributed to the contract by the contracting authority: European Establishment Survey. Type of contract and location of works, place of delivery or of performance: Services. Service category No 10. Outside the premises of the Foundation. A public contract. Short description of the contract or purchase(s): In 2004-5, the European Foundation conducted the first European Establishment Survey on working-time arrangements and work-life balance in 21 Member States of the European Union. Please refer to the following web site: http://www.eurofound.europa.eu/about/tenders/index.htm. The second European Establishment Survey will address working-time arrangements and will additionally cover other elements of employment relations, e.g. financial participation of workers, incentive pay and flexible payments systems; social dialogue and quality of work, and employee involvement in organisational change. It will accordingly map policies and practices at the level of the establishment, survey the views of company-level actors on these policies and practices and provide policy makers with a picture of the main issues and developments in the field. The survey will be conducted in all Member States of the European Union, and, subject to the availability of additional funding, in Croatia, FYROM, Iceland, Norway, Switzerland and Turkey. Common procurement vocabulary (CPV): 74130000, 74131600, 73210000, 74131200. Contract covered by the Government Procurement Agreement (GPA): Yes. Tenders should be submitted for all lots. Quantity or scope of the contract II.2.1) Total quantity or scope: Lot 1: development of questionnaires and investigation of sampling challenges: This lot has 2 objectives: to prepare the English master versions of the 2 questionnaires to be used in the survey (management interview and employee representative interview) and to make a preliminary investigation of the challenges involved in sampling for the survey (including the feasibility of alternative methods of securing an employee representative interview in the case of management refusal). Lot 1 will be contracted in 2007 on the basis of funding in the Foundation's budget, possibly under co-financing for a specific task from the European Agency for Safety and Health at Work (OSHA) and external funding for some non-EU countries. implementation of the survey: The objectives of this lot are to implement the survey (service contract) and to carry out additional employee representatives' interviews (framework service contract). Lot 2 will be contracted in 2008, subject to the availability of funds on the Foundation's budget and possible co-financing (for a specific task) from the European Agency for Safety and Health at Work (OSHA). The contracting and implementation of the survey in any of the following countries Croatia, FYROM, Iceland, Norway, Switzerland, Turkey will be subject to external funds' availability in 2008. preparation of a descriptive overview report of the results: The objective of this lot is to prepare a descriptive overview report of the results. Lot 3 will be contracted in 2009 subject to budget availability. Information about lots Lot No 1 Title: Development of questionnaires and investigation of sampling challenges 1) Short description: This lot has 2 objectives: to prepare the English master versions of the 2 questionnaires to be used in the survey (management interview and employee representative interview) and to make a preliminary investigation of the challenges involved in sampling for the survey (including the feasibility of alternative methods of securing an employee representative interview in the case of management refusal). Common procurement vocabulary (CPV): 73210000, 74130000, 74131600, 74131200. Estimated cost excluding VAT: Range: up to EUR 73 000. Indication about different date for duration of contract or starting/completion: Duration: 8 months from the award of the contract. Additional information about lots: The amount available for lot 1 is EUR 73 000. This amount excludes any additional funding for non-EU countries. For detailed information regarding duration of contracts see the terms of reference and the draft contract provided in the technical specifications. Implementation of the survey 1) Short description: The objectives of this lot are to implement the survey and to carry out additional employee representatives' interviews. Common procurement vocabulary (CPV): 74130000, 74131600, 73210000, 74131200. Quantity or scope 4) Indication about different date for duration of contract or starting/completion: Duration: 18 months from the award of the contract. Additional information about lots: Lot 2 will be contracted in 2008, subject to the availability of funds on the Foundation's budget and possible co-financing (for a specific task) from the European Agency for Safety and Health at Work (OSHA). The contracting and implementation of the survey in any of the following countries Croatia, FYROM, Iceland, Norway, Switzerland, Turkey will be subject to external funds' availability in 2008. Preparation of a descriptive overview report of the results 1) Short description: The objective of this lot is to prepare a descriptive overview report of the results. Common procurement vocabulary (CPV): 74130000, 74131600, 73210000, 74131200. Quantity or scope 4) Indication about different date for duration of contract or starting/completion: Duration: 8 months from the award of the contract. Additional information about lots: Lot 3 will be contracted in 2009 subject to budget availability. Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) Deposits and guarantees required: Bank guarantee required for lot 2. Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them: See draft contracts, annexes to the technical specifications. Legal form to be taken by the group of economic operators to whom the contract is to be awarded: - Contractor, - subcontracting is allowed, - consortia: consortia must indicate in their tender which legal form they intend to assume and specify the role, qualifications and experience of each member of the group. A consortium can be a permanent, legally-established grouping or a grouping which has been constituted for this tender procedure. The member of the group (the leader), which will take legal and administrative responsibility for the contract, must also be specified. All members of a consortium (i.e., the leader and all partners), are jointly and severally liable to the contracting authority. Other particular conditions to which the performance of the contract is subject: Yes. Lot 1 will be contracted in 2007 on the basis of funding in the Foundation's budget, possibly under co-financing for a specific task from the European Agency for Safety and Health at Work (OSHA) and external funding for some non-EU countries. Lot 2 will be contracted in 2008 (implementation of the survey (service contract) and additional employee representatives interviews (framework service contract), subject to the availability of funds on the Foundation's budget and possible co-financing (for a specific task) from the European Agency for Safety and Health at Work (OSHA). The contracting and implementation of the survey in any of the following countries Croatia, FYROM, Iceland, Norway, Switzerland, Turkey will be subject to external funds' availability in 2008. Lot 3 will be contracted in 2009 subject to budget availability. Conditions for participation III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers: Information and formalities necessary for evaluating if requirements are met: A signed and dated statement that the tenderer is not excluded from participation in the contract, as provided for in Article 29 of Directive 92/50/EEC. Economic and financial capacity: Information and formalities necessary for evaluating if requirements are met: a) Statement from the tenderer's bank indicating good financial viability of said company or proof of professional risk insurance covers; b) balance sheets or summaries thereof for at least the past 2 financial years for which accounts have been closed, where publication of balance sheets is prescribed under company law in the country in which the tenderer is established; c) statements of total turnover, and turnover relating to the provision of similar services, realised over a period which does not exceed the past 3 financial years. Where the tenderer is an individual, he/she is obliged to provide proof of his/her independent status and documentary evidence concerning social security cover, VAT obligations or proof of exemption from VAT as appropriate. Information and formalities necessary for evaluating if requirements are met: 1. Structured company with defined roles and tasks, including coordination, questionnaire development, development of sampling frame, data collection to be supported by a comprehensive organisational profile, and CVs of staff who will work on the project supplied in the format given in the standard reply form; 2. the contractor must belong to Esomar, WAPOR or an equivalent body (certificate of membership) and comply with the following codes of conduct: ICC/Esomar International Code of Marketing and Social Research Practice or equivalent and WAPOR/Esomar Guide to Opinion Polls or equivalent (to be supported by evidence of membership/association); 3. good knowledge of English for coordinating work and liaison with the Foundation (CVs of the coordination team supplied in the format given in the standard reply form); 4. experience in managing and coordinating Europe-wide surveys (list of references); 5. knowledge and experience of research on workplace employment relations, including working-time (CVs, references); 6. experience in development and editing of questionnaires for CATI (references of previous experience required); 7. professional translation capacity (CVs of staff proposed to carry out translations or CVs of proposed subcontractors); 8. proof of an established network of fieldwork agencies in the countries where the survey will take place (list of national agencies); 9. experience of drafting research reports in clear, concise English for an audience of practitioners and policy-makers (references). Conditions specific to services contracts III.3.1) Execution of the service is reserved to a particular profession: No. Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes. Procedure IV.1) Type of procedure: Open. Award criteria IV.2.1) Award criteria: The most economically advantageous tender in terms of the criteria stated below: 1. Project management (30): a) quality of instructions to interviewers, training, supervision and control (10); b) coordination and organisation of fieldwork agencies (10); c) quality of procedures for reporting to the Foundation (10). Implementation of the survey, sampling and fieldwork (30): a) quality of the proposal for sampling (6); b) quality of instructions to interviewers, training, supervision and control (6); c) quality of proposed measures to increase response rates (6); d) quality of internal control procedures (6); e) quality of reporting on (technical) fieldwork (6). Questionnaire development and finalisation (20 points): quality of the plan for questionnaire development and finalisation. Data processing and reporting (20 points): a) quality of the proposal for data processing and cleaning (5); b) quality of the proposal for data weighting (5); c) quality of proposals for data editing (5); d) quality of the proposal for the descriptive report (5). The contract will be awarded on the basis of the quality of the proposal and cost which, in the opinion of the European Foundation for Improvement of Living and Working Conditions, most satisfy the necessary economic and technical capacity. Each variant will be assessed as follows: only tenders achieving a minimum of 70 % of the total score will be further evaluated in relation to price. The Foundation reserves the right to award the contract on the basis of either variant (variant A or variant B), or combination of variants in the light of the available budget (Foundation's budget; co-financing from the European Agency for Safety and Health at Work; external funding from non EU-countries). The tender offering best value for money will be chosen. Value for money means the best quality/price combination. An electronic auction will be used: No. Administrative information IV.3.1) File reference number attributed by the contracting authority: 07/0272/01. Previous publication(s) concerning the same contract: Prior information notice number in OJ: 2007/S 54-65977 of 17.3.2007. Conditions for obtaining specifications and additional documents or descriptive document: Time-limit for receipt of requests for documents or for accessing documents: 27.8.2007 (17:00). Time-limit for receipt of tenders or requests to participate: 3.9.2007 (17:00). Language(s) in which tenders or requests to participate may be drawn up: English. Tenders will be opened at the offices of the European Foundation - room No LH5. Persons authorised to be present at the opening of tenders: yes. Please advise Maria Cuesta in advance if you intend to be present at the opening. Complementary information VI.1) This is a recurrent procurement: No. Contract related to a project and/or programme financed by EU funds: No. Conditions for tendering: Parties interested in participating in the tender procedure can access the tender documents via the Internet: http://www eurofound.europa.eu/about/tenders/index.htm. Tender documents can also be obtained from the Foundation. Requests, which should specify how the information pack is to be dispatched, i.e., in electronic format or hard copy, must be made in writing to Ms Maria Cuesta either by post, facsimile (353-1) 282 64 56 or electronic mail: mce@eurofound.europa.eu, mentioning the complete contact details (name, address, telephone, facsimile, e-mail) of the person/institute issuing the request. Tenders must be submitted in quadruplicate in a sealed envelope, which is enclosed in a second sealed envelope. The inner envelope must be marked 'Invitation to tender No 07/0272/01. For the attention of Ms Maria Cuesta. Tender from (name of tenderer). Not to be opened by the mail service. To be opened by the opening committee only.' Note: If self-adhesive envelopes are used, they must be sealed with adhesive tape and the sender must sign across this tape. Submission of tenders by facsimile or by electronic mail is not acceptable and renders these tenders inadmissible. Procedures for appeal VI.4.1) Body responsible for appeal procedures: Court of First Instance of the European Communities, boulevard Konrad Adenauer, L-2925 Luxembourg. Tel. ECJ.Registry@curia.eu.int. http://curia.eu.int. Body responsible for mediation procedures: The European Ombudsman, 1, avenue du President Robert Schuman, BP 403, F-67001 Strasbourg Cedex. Tel. euro-ombudsman@europarl.eu.int. http://www.ombudsman.europa.eu/home/en/default.htm. Precise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to knowledge. A complaint to the European Ombudsman does not have as an affect either to suspend this period or to open a new period for lodging appeals. Date of dispatch of this notice: 6.7.2007.
Show more Place of performance
ie021 ๐๏ธ Notice metadata
Document type: Contract notice
Nature of contract: Service contract
Regulation: European Institution/Agency or International Organisation
Original language: English ๐ฃ๏ธ
Procedure
Procedure type: Open procedure
Award criteria
The most economic tender
Type of bid: Global tender
Awarding authority type: European Institution/Agency or International Organisation
Contracting authority Identity
Awarding authority name: European Foundation for the Improvement of Living and Working Conditions
Country: Ireland ๐ฎ๐ช Contact
Internet address: mce@eurofound.europa.eu๐ง
Reference Dates
Publication date: 2007-07-18 ๐
Date received: 2007-07-06 ๐
Date dispatched: 2007-07-06 ๐
Submission deadline: 2007-09-03 ๐
Date for dispatch of contract documents: 2007-08-27 ๐
Identifiers
Notice number (legacy): 166641-2007
OJ-S issue: 136/2007
Refers to notice: 65977-2007
Object Common procurement vocabulary (CPV)
Code: Research consultancy services๐ฆ
Source: OJS 2007/S 136-166641 (2007-07-06)
Contract award notice (2007-12-10) Object Notice metadata
Document type: Contract award
Procedure
Procedure type: Contract awards
Type of bid: Not defined
Reference Dates
Publication date: 2007-12-22 ๐
Date received: 2007-12-10 ๐
Date dispatched: 2007-12-10 ๐
Submission deadline: 2008-03-17 ๐
Identifiers
Notice number (legacy): 300684-2007
OJ-S issue: 247/2007
Refers to notice: 166641-2007
Source: OJS 2007/S 247-300684 (2007-12-10)