Contracting authority I.1) Name, addresses and contact point(s): European Foundation for the Improvement of Living and Working Conditions, attn: Catherine Cerf, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. cce@eurofound.eu.int. Internet address(es): General address of the contracting authority (URL): http://www.eurofound.eu.int. 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: Provision of in-depth case studies on restructuring for the European Restructuring Monitor (ERM). Type of contract and location of works, place of delivery or of performance: Services. Service category No 8. outside of the Foundation with occasional meetings at the Foundation's premises. The establishment of a framework agreement. Information on framework agreement: Framework agreement with a single operator. Estimated total value of purchases for the entire duration of the framework agreement: Estimated value, excluding VAT: EUR 238 000 and EUR 280 000. Frequency and value of the contracts to be awarded: initial contract and 3 renewals, EUR 70 000 per year (depending on the availability of annual budgetary funds). Short description of the contract or purchase(s): The contractor will provide in-depth analysis of restructuring cases that have received high public attention and newspaper coverage with specific focus on socially responsible management of restructuring and its employment consequences. Common procurement vocabulary (CPV): 73210000, 74130000. Contract covered by the Government Procurement Agreement (GPA): Yes. Quantity or scope of the contract II.2.1) Total quantity or scope: The EMCC wishes to commission between 2 and 4 case studies in 2006 and further case studies in 2007. For each set of case studies, the contractor is required to submit - a shortlist of possible cases, - a draft outline for each case study, - a final draft for each case study. Range: between EUR 238 000 and EUR 280 000. Duration of the contract or time-limit for completion: Duration in months: 12 (from the award of the contract). Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) Deposits and guarantees required III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them: See tender specifications (terms of payment). Legal form to be taken by the group of economic operators to whom the contract is to be awarded: 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: 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: (a) 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; (b) a signed and dated statement that within the last 3 years the tendering firm/individual has not been required to pay financial penalties or had payment deducted from monies arising from failure to perform in accordance with contractual obligations; (c) tenderers are required to produce documentary evidence that they are in compliance with national VAT/tax obligations. Economic and financial capacity: Information and formalities necessary for evaluating if requirements are met: The financial and economic standing of the company; evidence of which must be provided by means of one or more of 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, 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.) III.2.3) Technical capacity: Information and formalities necessary for evaluating if requirements are met: a) list of references for recent similar contracts; b) a comprehensive company profile; c) CV of the staff proposed for this contract. 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. The most economically advantageous tender in terms of the criteria stated below: criteria; weighting: 1. maximum points 25; a) evidence of understanding of requirements 1-15; b) general quality and clarity of the proposal documents 1-10; 25; 2. quality of proposed methodology: maximum points 55; a) Proposed approach for identification and selection of company cases 1-15; b) quality of proposed case study methodology with particular emphasis on the approach for involving different stakeholders 1-40; 55; 3. maximum points 20; a) quality of proposed control mechanisms to guarantee concise, non-biased, readable and correct English for a non-academic audience 1-15; b) proposed mechanisms to guarantee meeting of stated deadlines for delivery of the required products 1-5; 20. N.B. Only tenders achieving a minimum of 70 % of the total score will be further evaluated in relation to price. The tender offering best value for money will be chosen. Value for money means the best quality/price combination. The contract will be awarded on the basis of the quality of the proposal, cost and the competence and experience of the applicants, which, in the opinion of the European Foundation for Improvement of Living and Working Conditions, most satisfy the necessary economic and technical criteria. The Foundation will not necessarily award the contract to the lowest bidder. An electronic auction will be used: No. Administrative information IV.3.1) File reference number attributed by the contracting authority: 06/0298/02 IV.3.2) 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: Date: 25.8.2006 (12:00). Time-limit for receipt of tenders or requests to participate: 1.9.2006 (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: 9 months from the date stated for receipt of tenders. Tenders will be opened at the offices of the European Foundation, Library Room. Persons authorised to be present at the opening of tenders: yes. Please advise Catherine Cerf 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 are required to obtain from the Foundation the complete dossier of information, including tender specifications. 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 Catherine Cerf either by post, fax ((353-1) 282 64 56/282 42 09) or e-mail: cce@eurofound.eu.int mentioning the complete contact details (name, address, telephone, facsimile, e-mail) of the person/institute issuing the request. Requests made by e-mail or fax must be confirmed by letter within the deadline referred to above for receipt of tenders (point IV.3.3). Tenders must be submitted in triplicate in a sealed envelope, which is enclosed in a second sealed envelope. The inner envelope must be marked 'Invitation to tender No. For the attention of Ms Catherine Cerf. Tender from (name of tenderer). Not to be opened by the mail service. To be opened by the opening committee only'. 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 Court of Justice 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 Prรฉsident Robert Schuman, BP 403, F-67001 Strasbourg. Tel. euro-ombudsman@europarl.eu.int. http://www.euro-ombudsman.eu.int/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 effect either to suspend this period or to open a new period for lodging appeals. Service from which information about the lodging of appeals may be obtained VI.5) Date of dispatch of this notice: 11.7.2006.
Deadline
The time limit for receipt of tenders was 2006-09-01.
The procurement was published on 2006-07-22.
Contract notice (2006-07-11) Object Scope of the procurement
Title: Provision of in-depth case studies on restructuring for the European Restructuring Monitor (ERM)
Full text:
โContracting authority I.1) Name, addresses and contact point(s): European Foundation for the Improvement of Living and Working Conditions, attn: Catherine...โ
Full text
Contracting authority I.1) Name, addresses and contact point(s): European Foundation for the Improvement of Living and Working Conditions, attn: Catherine Cerf, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. cce@eurofound.eu.int. Internet address(es): General address of the contracting authority (URL): http://www.eurofound.eu.int. 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: Provision of in-depth case studies on restructuring for the European Restructuring Monitor (ERM). Type of contract and location of works, place of delivery or of performance: Services. Service category No 8. outside of the Foundation with occasional meetings at the Foundation's premises. The establishment of a framework agreement. Information on framework agreement: Framework agreement with a single operator. Estimated total value of purchases for the entire duration of the framework agreement: Estimated value, excluding VAT: EUR 238 000 and EUR 280 000. Frequency and value of the contracts to be awarded: initial contract and 3 renewals, EUR 70 000 per year (depending on the availability of annual budgetary funds). Short description of the contract or purchase(s): The contractor will provide in-depth analysis of restructuring cases that have received high public attention and newspaper coverage with specific focus on socially responsible management of restructuring and its employment consequences. Common procurement vocabulary (CPV): 73210000, 74130000. Contract covered by the Government Procurement Agreement (GPA): Yes. Quantity or scope of the contract II.2.1) Total quantity or scope: The EMCC wishes to commission between 2 and 4 case studies in 2006 and further case studies in 2007. For each set of case studies, the contractor is required to submit - a shortlist of possible cases, - a draft outline for each case study, - a final draft for each case study. Range: between EUR 238 000 and EUR 280 000. Duration of the contract or time-limit for completion: Duration in months: 12 (from the award of the contract). Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) Deposits and guarantees required III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them: See tender specifications (terms of payment). Legal form to be taken by the group of economic operators to whom the contract is to be awarded: 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: 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: (a) 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; (b) a signed and dated statement that within the last 3 years the tendering firm/individual has not been required to pay financial penalties or had payment deducted from monies arising from failure to perform in accordance with contractual obligations; (c) tenderers are required to produce documentary evidence that they are in compliance with national VAT/tax obligations. Economic and financial capacity: Information and formalities necessary for evaluating if requirements are met: The financial and economic standing of the company; evidence of which must be provided by means of one or more of 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, 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.) III.2.3) Technical capacity: Information and formalities necessary for evaluating if requirements are met: a) list of references for recent similar contracts; b) a comprehensive company profile; c) CV of the staff proposed for this contract. 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. The most economically advantageous tender in terms of the criteria stated below: criteria; weighting: 1. maximum points 25; a) evidence of understanding of requirements 1-15; b) general quality and clarity of the proposal documents 1-10; 25; 2. quality of proposed methodology: maximum points 55; a) Proposed approach for identification and selection of company cases 1-15; b) quality of proposed case study methodology with particular emphasis on the approach for involving different stakeholders 1-40; 55; 3. maximum points 20; a) quality of proposed control mechanisms to guarantee concise, non-biased, readable and correct English for a non-academic audience 1-15; b) proposed mechanisms to guarantee meeting of stated deadlines for delivery of the required products 1-5; 20. N.B. Only tenders achieving a minimum of 70 % of the total score will be further evaluated in relation to price. The tender offering best value for money will be chosen. Value for money means the best quality/price combination. The contract will be awarded on the basis of the quality of the proposal, cost and the competence and experience of the applicants, which, in the opinion of the European Foundation for Improvement of Living and Working Conditions, most satisfy the necessary economic and technical criteria. The Foundation will not necessarily award the contract to the lowest bidder. An electronic auction will be used: No. Administrative information IV.3.1) File reference number attributed by the contracting authority: 06/0298/02 IV.3.2) 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: Date: 25.8.2006 (12:00). Time-limit for receipt of tenders or requests to participate: 1.9.2006 (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: 9 months from the date stated for receipt of tenders. Tenders will be opened at the offices of the European Foundation, Library Room. Persons authorised to be present at the opening of tenders: yes. Please advise Catherine Cerf 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 are required to obtain from the Foundation the complete dossier of information, including tender specifications. 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 Catherine Cerf either by post, fax ((353-1) 282 64 56/282 42 09) or e-mail: cce@eurofound.eu.int mentioning the complete contact details (name, address, telephone, facsimile, e-mail) of the person/institute issuing the request. Requests made by e-mail or fax must be confirmed by letter within the deadline referred to above for receipt of tenders (point IV.3.3). Tenders must be submitted in triplicate in a sealed envelope, which is enclosed in a second sealed envelope. The inner envelope must be marked 'Invitation to tender No. For the attention of Ms Catherine Cerf. Tender from (name of tenderer). Not to be opened by the mail service. To be opened by the opening committee only'. 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 Court of Justice 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 Prรฉsident Robert Schuman, BP 403, F-67001 Strasbourg. Tel. euro-ombudsman@europarl.eu.int. http://www.euro-ombudsman.eu.int/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 effect either to suspend this period or to open a new period for lodging appeals. Service from which information about the lodging of appeals may be obtained VI.5) Date of dispatch of this notice: 11.7.2006.
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: cce@eurofound.eu.int๐ง
Reference Dates
Publication date: 2006-07-22 ๐
Date received: 2006-07-11 ๐
Date dispatched: 2006-07-11 ๐
Submission deadline: 2006-09-01 ๐
Date for dispatch of contract documents: 2006-08-25 ๐
Identifiers
Notice number (legacy): 147591-2006
OJ-S issue: 138/2006
Object Common procurement vocabulary (CPV)
Code: Research consultancy services๐ฆ
Source: OJS 2006/S 138-147591 (2006-07-11)
Contract award notice (2006-12-12) Object Notice metadata
Document type: Contract award
Procedure
Procedure type: Contract awards
Type of bid: Not defined
Reference Dates
Publication date: 2006-12-22 ๐
Date received: 2006-12-12 ๐
Date dispatched: 2006-12-12 ๐
Submission deadline: 2007-03-20 ๐
Identifiers
Notice number (legacy): 260911-2006
OJ-S issue: 244/2006
Refers to notice: 147591-2006
Source: OJS 2006/S 244-260911 (2006-12-12)