Contracting authority I.1) Name, addresses and contact point(s): European Foundation for the Improvement of Living and Working Conditions, attn: Wojciech Kostka, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. OSUTenders@eurofound.eu.int. Internet address(es): General address of the contracting authority (URL): http://www.eurofound.eu.int Further information can be obtained at: European Foundation for the Improvement of Living and Working Conditions, attn: Inma Kinsella, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. imk@eurofound.eu.int. http://www.eurofound.eu.int. Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: European Foundation for the Improvement of Living and Working Conditions, attn: Inma Kinsella, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. imk@eurofound.eu.int. http://www.eurofound.eu.int. Tenders or requests to participate must be sent to: European Foundation for the Improvement of Living and Working Conditions, attn: Inma Kinsella, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. imk@eurofound.eu.int. http://www.eurofound.eu.int. 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: Labour market mobility and access to social rights for migrants. Type of contract and location of works, place of delivery or of performance: Services. outside of the Foundation with occasional meetings at the Foundation's premises. A public contract. Short description of the contract or purchase(s): Within the framework of its new 4-year programme 2005โ2008 the European Foundation for the Improvement of Living and Working Conditions in Dublin continues its activities on the integration of migrants in Europe by planning a joint initiative on the role of local authorities in the integration of migrants in Europe with the Congress of Local and Regional Authorities (Congress) in the Council of the Europe (COE) and the city of Stuttgart. This contract seeks to fill a gap in analysing and evaluating recent efforts by local authorities to coordinate and learn from each other. Its objective is to provide a portfolio/casebook of initiatives, which will enable users to locate information and evaluated results of different types of integration action and provide a database of integration policy on the local level in Europe based on existing literature and practice. Common procurement vocabulary (CPV): 73210000, 74131600. Contract covered by the Government Procurement Agreement (GPA): No. Quantity or scope of the contract II.2.1) Total quantity or scope: The service is planned to consist of 3 parts: A, B and C. The price range for part A is between EUR 160 000 and a maximum of EUR 180 000. Subject to funds being available and subject to satisfactory performance of the contractor during the preceding contract period and continued requirement by the Foundation additional contract(s) may be concluded to cover execution of parts B and C. range between EUR 480 000 and EUR 540 000. 2; range: between EUR 160 000 and EUR 180 000. Duration of the contract or time-limit for completion: 14 months 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: โ 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, โ 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, โ 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: โ statement from the tenderer's Bank indicating good financial viability of said company or proof of professional risk insurance covers, โ 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, โ 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. (In the case that 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: 1. A comprehensive company profile evidenced by: โ staff: numbers, experience, โ description of company structure and organisation, โdescription of quality-control procedures. Proven experience of comparative policy-relevant analysis in the field of integration of migrants in all aspects mentioned in the specifications and in particular at the local level (evidenced by previous publications and activities in the field, work experience as consults for local authorities, written policy papers in the field, reports on impact assessment). Experience in the provision of high-quality case studies (evidenced by record of previously-conducted case studies). Regionally-balanced research group or research network reflecting the diversity of approaches to the integration of migrants in Europe of at least 4 and not more than 5 researchers or research centres in Europe, (evidenced by nationality of members of research team, publications and activities in several countries of EU, capacity to access publications in various EU languages presented in their CVs). 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 below: criteria; weighting: 1. Quality of the proposed method of providing case studies with the cooperation of cities (evidenced by way of cooperating with cities, appropriate mix and adequacy of the underlying methodologies within the case study approach, risk analysis and presentation of possible alternatives): 35; 2. Profiles of persons assigned to conduct the contract ensuring efficient providing of comparative policy-relevant analysis in the field of integration of migrants in all aspects mentioned in the specifications and in particular on the local level: 25; 3. Quality of proposal to develop portfolio/case study database, overview report and other publications (evidenced by quality of proposed structure of database and overview report, reflections on access for target audiences, ideas on how to implement editing and quality-control process of case studies, overview report and other publications): 25; 4. Quality of proposed work plan and the division of labour within the research team (evidenced by feasibility of work plan and division of labour in the research team): 15. An electronic auction will be used: No. Administrative information IV.3.1) File reference number attributed by the contracting authority: 06/030/1 IV.3.2) Previous publication(s) concerning the same contract: No. Conditions for obtaining specifications and additional documents (except for a DPS) or descriptive document: 28.3.2006 (17:00). Time-limit for receipt of tenders or requests to participate: 4.4.2006 (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: 9 months from the date stated for receipt of tender. European Foundation, Room LH13. Persons authorised to be present at the opening of tenders: no. Complementary information IV.1) This is a recurrent procurement: No. Contract related to a project and/or programme financed by EU funds: No. Additional information VI.4) Procedures for appeal VI.4.1) Body responsible for appeal procedures: Court of First Instance of the Court of Justice of the European Communities, Bd. Konrad Adenauer, L-2925 Luxemburg. 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. Tel. euro-ombudsman@europarl.eu.int. Precise information on deadline(s) for lodging appeals: Within two 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. Service from which information about the lodging of appeals may be obtained VI.5) Date of dispatch of this notice: 27.1.2006.
Deadline
The time limit for receipt of tenders was 2006-04-04.
The procurement was published on 2006-02-18.
Contract notice (2006-02-07) Object Scope of the procurement
Title: Research consultancy services
Full text:
โContracting authority I.1) Name, addresses and contact point(s): European Foundation for the Improvement of Living and Working Conditions, attn: Wojciech...โ
Full text
Contracting authority I.1) Name, addresses and contact point(s): European Foundation for the Improvement of Living and Working Conditions, attn: Wojciech Kostka, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. OSUTenders@eurofound.eu.int. Internet address(es): General address of the contracting authority (URL): http://www.eurofound.eu.int Further information can be obtained at: European Foundation for the Improvement of Living and Working Conditions, attn: Inma Kinsella, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. imk@eurofound.eu.int. http://www.eurofound.eu.int. Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: European Foundation for the Improvement of Living and Working Conditions, attn: Inma Kinsella, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. imk@eurofound.eu.int. http://www.eurofound.eu.int. Tenders or requests to participate must be sent to: European Foundation for the Improvement of Living and Working Conditions, attn: Inma Kinsella, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. imk@eurofound.eu.int. http://www.eurofound.eu.int. 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: Labour market mobility and access to social rights for migrants. Type of contract and location of works, place of delivery or of performance: Services. outside of the Foundation with occasional meetings at the Foundation's premises. A public contract. Short description of the contract or purchase(s): Within the framework of its new 4-year programme 2005โ2008 the European Foundation for the Improvement of Living and Working Conditions in Dublin continues its activities on the integration of migrants in Europe by planning a joint initiative on the role of local authorities in the integration of migrants in Europe with the Congress of Local and Regional Authorities (Congress) in the Council of the Europe (COE) and the city of Stuttgart. This contract seeks to fill a gap in analysing and evaluating recent efforts by local authorities to coordinate and learn from each other. Its objective is to provide a portfolio/casebook of initiatives, which will enable users to locate information and evaluated results of different types of integration action and provide a database of integration policy on the local level in Europe based on existing literature and practice. Common procurement vocabulary (CPV): 73210000, 74131600. Contract covered by the Government Procurement Agreement (GPA): No. Quantity or scope of the contract II.2.1) Total quantity or scope: The service is planned to consist of 3 parts: A, B and C. The price range for part A is between EUR 160 000 and a maximum of EUR 180 000. Subject to funds being available and subject to satisfactory performance of the contractor during the preceding contract period and continued requirement by the Foundation additional contract(s) may be concluded to cover execution of parts B and C. range between EUR 480 000 and EUR 540 000. 2; range: between EUR 160 000 and EUR 180 000. Duration of the contract or time-limit for completion: 14 months 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: โ 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, โ 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, โ 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: โ statement from the tenderer's Bank indicating good financial viability of said company or proof of professional risk insurance covers, โ 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, โ 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. (In the case that 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: 1. A comprehensive company profile evidenced by: โ staff: numbers, experience, โ description of company structure and organisation, โdescription of quality-control procedures. Proven experience of comparative policy-relevant analysis in the field of integration of migrants in all aspects mentioned in the specifications and in particular at the local level (evidenced by previous publications and activities in the field, work experience as consults for local authorities, written policy papers in the field, reports on impact assessment). Experience in the provision of high-quality case studies (evidenced by record of previously-conducted case studies). Regionally-balanced research group or research network reflecting the diversity of approaches to the integration of migrants in Europe of at least 4 and not more than 5 researchers or research centres in Europe, (evidenced by nationality of members of research team, publications and activities in several countries of EU, capacity to access publications in various EU languages presented in their CVs). 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 below: criteria; weighting: 1. Quality of the proposed method of providing case studies with the cooperation of cities (evidenced by way of cooperating with cities, appropriate mix and adequacy of the underlying methodologies within the case study approach, risk analysis and presentation of possible alternatives): 35; 2. Profiles of persons assigned to conduct the contract ensuring efficient providing of comparative policy-relevant analysis in the field of integration of migrants in all aspects mentioned in the specifications and in particular on the local level: 25; 3. Quality of proposal to develop portfolio/case study database, overview report and other publications (evidenced by quality of proposed structure of database and overview report, reflections on access for target audiences, ideas on how to implement editing and quality-control process of case studies, overview report and other publications): 25; 4. Quality of proposed work plan and the division of labour within the research team (evidenced by feasibility of work plan and division of labour in the research team): 15. An electronic auction will be used: No. Administrative information IV.3.1) File reference number attributed by the contracting authority: 06/030/1 IV.3.2) Previous publication(s) concerning the same contract: No. Conditions for obtaining specifications and additional documents (except for a DPS) or descriptive document: 28.3.2006 (17:00). Time-limit for receipt of tenders or requests to participate: 4.4.2006 (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: 9 months from the date stated for receipt of tender. European Foundation, Room LH13. Persons authorised to be present at the opening of tenders: no. Complementary information IV.1) This is a recurrent procurement: No. Contract related to a project and/or programme financed by EU funds: No. Additional information VI.4) Procedures for appeal VI.4.1) Body responsible for appeal procedures: Court of First Instance of the Court of Justice of the European Communities, Bd. Konrad Adenauer, L-2925 Luxemburg. 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. Tel. euro-ombudsman@europarl.eu.int. Precise information on deadline(s) for lodging appeals: Within two 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. Service from which information about the lodging of appeals may be obtained VI.5) Date of dispatch of this notice: 27.1.2006.
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: osutenders@eurofound.eu.int๐ง
Reference Dates
Publication date: 2006-02-18 ๐
Date received: 2006-02-07 ๐
Date dispatched: 2006-02-07 ๐
Submission deadline: 2006-04-04 ๐
Date for dispatch of contract documents: 2006-03-28 ๐
Identifiers
Notice number (legacy): 36572-2006
OJ-S issue: 34/2006
Object Common procurement vocabulary (CPV)
Code: Research consultancy services๐ฆ
Source: OJS 2006/S 034-036572 (2006-02-07)