Contract notice Services Section I: Contracting authority I.1) Name, addresses and contact point(s): Eurofound โ European Foundation for the Improvement of Living and Working Conditions, attention: Barbara Schmidt, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. bes@eurofound.europa.eu. Internet address(es): General address of the contracting authority: http://www.eurofound.europa.eu. Further information can be obtained at: As in abovementioned contact point(s). Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in abovementioned contact point(s). Tenders or requests to participate must be sent to: As in abovementioned contact point(s). Type of the contracting authority and main activity or activities: European institution/agency or international organisation. 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: Provision of experts and technical and methodological assistance in the organisation and implementation of evaluation activities. Type of contract and location of works, place of delivery or of performance: Services. Eurofound and/or contractor's premises. The establishment of a framework agreement. Information on framework agreement: Framework agreement with a single operator. Duration of the framework agreement: duration in months: 48. Short description of the contract or purchase(s): The procurement covers provision of 1 'ex post' evaluation of the 2005โ2008 work programme, a number of interim and project evaluations, and services to provide expertise, knowledge and advice for evaluation capacity building. Common procurement vocabulary (CPV): 79419000. 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: 1 framework contract covering both lots may be issued. Duration of the contract or time limit for completion: Duration in months: 48 (from the award of the contract). Information about lots Lot No 1 Title: Provision of external evaluation studies and services of an 'ex post' and interim nature 1) Short description: The contractor is required to carry out an external 'ex post' study and interim evaluation studies of Eurofound's programmes, projects and activities, according to the 4-year evaluation programme. These services and studies are to be carried out entirely by the contractor (particularly summative 'ex post' evaluations). Common procurement vocabulary (CPV): 79419000. โ An 'ex post' evaluation of the 4-year work programme 2005โ2008, โ a mid-term evaluation of the current 4-year programme 2009โ2012, โ 1 or 2 smaller scale 'ex post' evaluations of specific projects per year. Technical and methodological assistance in the organisation and implementation of evaluation activities 1) Short description: This task concerns provision of assistance by the contractor to Eurofound in the implementation of evaluation activities of an internal nature. These assignments typically involve the provision of additional assistance and capacity to Eurofound's evaluation function in the implementation of evaluation tasks, and enhancing evaluation capacity building at Eurofound. Common procurement vocabulary (CPV): 79419000. Technical advice and support for the setting up, programming and managing the evaluation function: โ provision of evaluation coaching and development for evaluation capacity building within Eurofound, โ assistance with the development of an evaluation policy for Eurofound and implementation of EU evaluation standards, โ assistance with the refinement of Eurofound's evaluation strategy and programme, โ provision of methodological tools for the management of the evaluation function, โ technical and methodological support for staff with internal evaluation duties. Assistance in the structuring and/or follow-up of an evaluation study of any kind: โ assistance with preliminary analyses for problem definition and needs assessment, โ assistance in the elaboration of intervention logics, โ assistance in the definition of evaluation questions, criteria and indicators, โ support in the follow-up of the implementation of evaluation recommendations. Methodological and technical support to internally conducted evaluation studies: โ assistance with preparation, design, and conduct of empirical work, such as evaluation-related surveys or case studies, โ assistance with carrying out statistical analysis, needs assessment, cost-benefit analysis, cost-effectiveness analysis or any other kind of technical support. Assistance with evaluation studies of a prospective nature: โ assisting Eurofound's internal evaluation capacity by providing technical support for the 'ex ante' evaluation of the 4-year work programme 2013โ2016. Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them: Please refer to the draft framework contract as provided in the tender specifications. Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Please refer to the tender specifications. Other particular conditions to which the performance of the contract is subject: No. 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: the exclusion criteria as detailed in the tender specifications must be met. Economic and financial capacity: Information and formalities necessary for evaluating if requirements are met: Evidence of the financial and economic standing of the company must be provided by the following: (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 showing a minimum of EUR 200 000 per annum turnover relating to the provision of similar services, realised over a period which does not exceed the past 3 financial years. Information and formalities necessary for evaluating if requirements are met: List of references for recent similar contracts โ principal services provided in the last 3 years. โ a list of the main evaluation work undertaken over the past 3 years, โ references for a minimum of 3 evaluation contracts with public sector organisations or EU bodies are requested, including the contract value, dates and recipients of services provided. As references will be followed up, contact details must also be given. โ a list of provision of similar consultancy services provided over the past 3 years, โ references for a minimum of 2 relevant contracts, of which a minimum of 1 should be with public sector organisations or EU bodies are requested, including the contract value, dates and recipients of services provided. As references will be followed up, contact details must also be given. A company or organisation profile (both lots): โ evidence must be provided about the organisational capacity of the tenderer to deliver the service, including overall number of staff including back-up arrangements, location of offices, etc., โ in the case of a consortium, details of all companies/organisations involved should be given. The coordinator/project leader of the work should be clearly identified. This should also indicate the level of human resources, equipment, etc. available to carry out the contract. CVs of staff proposed for this contract (both lots). The team proposed should consist of an adequate number of staff/experts. Evidence must be attested by the CVs of the team members proposed. Experience for the following areas is required: โ programme and/or policy evaluations preferably in the areas of social policy at EU level, employment, working and/or living conditions, socio-economics or similar, โ research programmes and their methodologies, โ conducting 'ex post', interim and 'ex ante' evaluations of programmes at EU level, โ application of quantitative and qualitative evaluation methods, including the theoretical and empirical aspects. Language requirements, as attested by the CVs of the team members proposed: โ command of spoken and written English at proficiency level, โ command of spoken and written French at proficiency level for at least 1 team member. Evidence of experience must be provided for each proposed team member for the following staff profiles: โ senior project manager: minimum of 10 years' relevant experience, โ senior consultant: minimum of 7 years' relevant experience, โ junior consultant: minimum of 3 years' relevant experience. 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 IV.1.1) Type of procedure: Open. Award criteria IV.2.1) Award criteria: The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document. An electronic auction will be used: No. Administrative information IV.3.1) File reference number attributed by the contracting authority: 09/0434/01. Previous publication(s) concerning the same contract: No. Conditions for obtaining specifications and additional documents or descriptive document: Time limit for receipt of requests for documents or for accessing documents: 19.3.2009 (17:00). Time limit for receipt of tenders or requests to participate: 25.3.2009 (17:00). Language(s) in which tenders or requests to participate may be drawn up: English. Minimum time frame during which the tenderer must maintain the tender: Duration in month(s): 9 (from the date stated for receipt of tender). Eurofound; Room LH4. Persons authorised to be present at the opening of tenders: yes. 1 person representing the tenderer may be present at the opening; participation will be restricted to an observer role. Please advise Ms Barbara Schmidt (bes@eurofound.europa.eu) in advance if you intend to be present at the opening of tenders. Complementary information VI.1) This is a recurrent procurement: No. Contract related to a project and/or programme financed by EU funds: No. Parties interested in participating in the tender procedure can access the tender information via the Internet: http://www.eurofound.europa.eu/about/procurement/index.htm. The tender information pack can also be obtained from Eurofound. Requests which should specify how the information pack is to be dispatched, i.e. electronic or hard copy, must be made in writing to Ms Barbara Schmidt either by post, facsimile ((353-1) 282 64 56/42 09) or e-mail (bes@eurofound.europa.eu), mentioning the complete contact details (name, address, telephone, facsimile, e-mail) of the person/institute issuing the request. 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://www.curia.europa.eu. Body responsible for mediation procedures: The European Ombudsman, 1, avenue du Prรฉsident Robert Schuman, BP 403, F-67001 Strasbourg Cedex. Tel. euro-ombudsman@europarl.eu.int. http://www.ombudsman.europa.eu. 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 effect either to suspend this period or to open a new period for lodging appeals. Date of dispatch of this notice: 6.2.2009.
Deadline
The time limit for receipt of tenders was 2009-03-25.
The procurement was published on 2009-02-18.
Contract notice (2009-02-06) Object Scope of the procurement
Title: Provision of experts and technical and methodological assistance in the organisation and implementation of evaluation activities
Full text:
โContract notice Services Section I: Contracting authority I.1) Name, addresses and contact point(s): Eurofound โ European Foundation for the Improvement of...โ
Full text
Contract notice Services Section I: Contracting authority I.1) Name, addresses and contact point(s): Eurofound โ European Foundation for the Improvement of Living and Working Conditions, attention: Barbara Schmidt, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. bes@eurofound.europa.eu. Internet address(es): General address of the contracting authority: http://www.eurofound.europa.eu. Further information can be obtained at: As in abovementioned contact point(s). Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in abovementioned contact point(s). Tenders or requests to participate must be sent to: As in abovementioned contact point(s). Type of the contracting authority and main activity or activities: European institution/agency or international organisation. 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: Provision of experts and technical and methodological assistance in the organisation and implementation of evaluation activities. Type of contract and location of works, place of delivery or of performance: Services. Eurofound and/or contractor's premises. The establishment of a framework agreement. Information on framework agreement: Framework agreement with a single operator. Duration of the framework agreement: duration in months: 48. Short description of the contract or purchase(s): The procurement covers provision of 1 'ex post' evaluation of the 2005โ2008 work programme, a number of interim and project evaluations, and services to provide expertise, knowledge and advice for evaluation capacity building. Common procurement vocabulary (CPV): 79419000. 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: 1 framework contract covering both lots may be issued. Duration of the contract or time limit for completion: Duration in months: 48 (from the award of the contract). Information about lots Lot No 1 Title: Provision of external evaluation studies and services of an 'ex post' and interim nature 1) Short description: The contractor is required to carry out an external 'ex post' study and interim evaluation studies of Eurofound's programmes, projects and activities, according to the 4-year evaluation programme. These services and studies are to be carried out entirely by the contractor (particularly summative 'ex post' evaluations). Common procurement vocabulary (CPV): 79419000. โ An 'ex post' evaluation of the 4-year work programme 2005โ2008, โ a mid-term evaluation of the current 4-year programme 2009โ2012, โ 1 or 2 smaller scale 'ex post' evaluations of specific projects per year. Technical and methodological assistance in the organisation and implementation of evaluation activities 1) Short description: This task concerns provision of assistance by the contractor to Eurofound in the implementation of evaluation activities of an internal nature. These assignments typically involve the provision of additional assistance and capacity to Eurofound's evaluation function in the implementation of evaluation tasks, and enhancing evaluation capacity building at Eurofound. Common procurement vocabulary (CPV): 79419000. Technical advice and support for the setting up, programming and managing the evaluation function: โ provision of evaluation coaching and development for evaluation capacity building within Eurofound, โ assistance with the development of an evaluation policy for Eurofound and implementation of EU evaluation standards, โ assistance with the refinement of Eurofound's evaluation strategy and programme, โ provision of methodological tools for the management of the evaluation function, โ technical and methodological support for staff with internal evaluation duties. Assistance in the structuring and/or follow-up of an evaluation study of any kind: โ assistance with preliminary analyses for problem definition and needs assessment, โ assistance in the elaboration of intervention logics, โ assistance in the definition of evaluation questions, criteria and indicators, โ support in the follow-up of the implementation of evaluation recommendations. Methodological and technical support to internally conducted evaluation studies: โ assistance with preparation, design, and conduct of empirical work, such as evaluation-related surveys or case studies, โ assistance with carrying out statistical analysis, needs assessment, cost-benefit analysis, cost-effectiveness analysis or any other kind of technical support. Assistance with evaluation studies of a prospective nature: โ assisting Eurofound's internal evaluation capacity by providing technical support for the 'ex ante' evaluation of the 4-year work programme 2013โ2016. Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them: Please refer to the draft framework contract as provided in the tender specifications. Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Please refer to the tender specifications. Other particular conditions to which the performance of the contract is subject: No. 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: the exclusion criteria as detailed in the tender specifications must be met. Economic and financial capacity: Information and formalities necessary for evaluating if requirements are met: Evidence of the financial and economic standing of the company must be provided by the following: (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 showing a minimum of EUR 200 000 per annum turnover relating to the provision of similar services, realised over a period which does not exceed the past 3 financial years. Information and formalities necessary for evaluating if requirements are met: List of references for recent similar contracts โ principal services provided in the last 3 years. โ a list of the main evaluation work undertaken over the past 3 years, โ references for a minimum of 3 evaluation contracts with public sector organisations or EU bodies are requested, including the contract value, dates and recipients of services provided. As references will be followed up, contact details must also be given. โ a list of provision of similar consultancy services provided over the past 3 years, โ references for a minimum of 2 relevant contracts, of which a minimum of 1 should be with public sector organisations or EU bodies are requested, including the contract value, dates and recipients of services provided. As references will be followed up, contact details must also be given. A company or organisation profile (both lots): โ evidence must be provided about the organisational capacity of the tenderer to deliver the service, including overall number of staff including back-up arrangements, location of offices, etc., โ in the case of a consortium, details of all companies/organisations involved should be given. The coordinator/project leader of the work should be clearly identified. This should also indicate the level of human resources, equipment, etc. available to carry out the contract. CVs of staff proposed for this contract (both lots). The team proposed should consist of an adequate number of staff/experts. Evidence must be attested by the CVs of the team members proposed. Experience for the following areas is required: โ programme and/or policy evaluations preferably in the areas of social policy at EU level, employment, working and/or living conditions, socio-economics or similar, โ research programmes and their methodologies, โ conducting 'ex post', interim and 'ex ante' evaluations of programmes at EU level, โ application of quantitative and qualitative evaluation methods, including the theoretical and empirical aspects. Language requirements, as attested by the CVs of the team members proposed: โ command of spoken and written English at proficiency level, โ command of spoken and written French at proficiency level for at least 1 team member. Evidence of experience must be provided for each proposed team member for the following staff profiles: โ senior project manager: minimum of 10 years' relevant experience, โ senior consultant: minimum of 7 years' relevant experience, โ junior consultant: minimum of 3 years' relevant experience. 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 IV.1.1) Type of procedure: Open. Award criteria IV.2.1) Award criteria: The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document. An electronic auction will be used: No. Administrative information IV.3.1) File reference number attributed by the contracting authority: 09/0434/01. Previous publication(s) concerning the same contract: No. Conditions for obtaining specifications and additional documents or descriptive document: Time limit for receipt of requests for documents or for accessing documents: 19.3.2009 (17:00). Time limit for receipt of tenders or requests to participate: 25.3.2009 (17:00). Language(s) in which tenders or requests to participate may be drawn up: English. Minimum time frame during which the tenderer must maintain the tender: Duration in month(s): 9 (from the date stated for receipt of tender). Eurofound; Room LH4. Persons authorised to be present at the opening of tenders: yes. 1 person representing the tenderer may be present at the opening; participation will be restricted to an observer role. Please advise Ms Barbara Schmidt (bes@eurofound.europa.eu) in advance if you intend to be present at the opening of tenders. Complementary information VI.1) This is a recurrent procurement: No. Contract related to a project and/or programme financed by EU funds: No. Parties interested in participating in the tender procedure can access the tender information via the Internet: http://www.eurofound.europa.eu/about/procurement/index.htm. The tender information pack can also be obtained from Eurofound. Requests which should specify how the information pack is to be dispatched, i.e. electronic or hard copy, must be made in writing to Ms Barbara Schmidt either by post, facsimile ((353-1) 282 64 56/42 09) or e-mail (bes@eurofound.europa.eu), mentioning the complete contact details (name, address, telephone, facsimile, e-mail) of the person/institute issuing the request. 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://www.curia.europa.eu. Body responsible for mediation procedures: The European Ombudsman, 1, avenue du Prรฉsident Robert Schuman, BP 403, F-67001 Strasbourg Cedex. Tel. euro-ombudsman@europarl.eu.int. http://www.ombudsman.europa.eu. 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 effect either to suspend this period or to open a new period for lodging appeals. Date of dispatch of this notice: 6.2.2009.
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: Partial tender
Awarding authority type: European Institution/Agency or International Organisation
Contracting authority Identity
Awarding authority name: Eurofound - European Foundation for the Improvement of Living and Working Conditions
Country: Ireland ๐ฎ๐ช Contact
Internet address: bes@eurofound.europa.eu๐ง
Reference Dates
Publication date: 2009-02-18 ๐
Date received: 2009-02-06 ๐
Date dispatched: 2009-02-06 ๐
Submission deadline: 2009-03-25 ๐
Date for dispatch of contract documents: 2009-03-19 ๐
Identifiers
Notice number (legacy): 47554-2009
OJ-S issue: 33/2009
Reference Dates
Publication date: 2009-08-08 ๐
Date received: 2009-07-27 ๐
Date dispatched: 2009-07-27 ๐
Identifiers
Notice number (legacy): 220267-2009
OJ-S issue: 151/2009
Refers to notice: 47554-2009
Object Award details
Awarded contract: NAME AND ADDRESS OF ECONOMIC OPERATOR TO WHOM THE CONTRACT HAS BEEN AWARDED: Centre for Strategy and Evaluation Services LLP, Westering House,17 Coombe Road, UK-Sevenoaks TN14 5RJ. E-mail: jmalan@cses.co.uk. Tel. +44 1959525122. URL: www.cses.co.uk. Fax +44 1959525122.
Source: OJS 2009/S 151-220267 (2009-07-27)