Role of local authorities in the integration of migrants: modules 3 and 4 of the CLIP (cities for local integration policy for migrants) project

European Foundation for the Improvement of Living and Working Conditions

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: Christine Gollin, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. cmg@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 above-mentioned contact point(s). Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: as in above-mentioned contact point(s). Tenders or requests to participate must be sent to: as in 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: Role of local authorities in the integration of migrants: modules 3 and 4 of the CLIP (cities for local integration policy for migrants) project. Type of contract and location of works, place of delivery or of performance: Services. outside of the Foundation. A public contract. Short description of the contract or purchase(s): CLIP (cities for local integration policies for migrants) project of the European Foundation for the Improvement of Living and Working Conditions ('Eurofound'). The aim of the project is to bring together European cities in a joint learning process over several years. Through structured sharing of experiences, the network enables local authorities to learn from each other and to deliver a more effective integration policy for migrants. In addition the outputs of the project support and influence the emerging European policy debate with innovative concepts of integration policy on the local level. The network consists of more than 30 cities from EU Member States and from countries in south-eastern and eastern Europe. Following the work on housing (segregation, access, quality and affordability of housing for migrants) and diversity polices (personnel policy within city administrations and delivery of services to migrants through local authorities) Eurofound wishes to procure module 3 (contract 2008โ€“2009) which will concentrate on the intercultural dialogue and inter-group relations and module 4 (contract in 2009โ€“2010) on ethnic entrepreneurship. The third module will focus on intercultural dialogue of cities and policies improving relationships with Muslim communities. Within this context, the following sub-themes should be taken up by the contractor: โ€” intercultural dialogue and related policies on the local level regarding the 3/4 most important migrant organisations, โ€” policies and activities of local authorities to combat and reduce xenophobic, racist, anti-semitic and anti-Muslim attitudes and activities in the city, โ€” policies and measures to develop and improve relationships with the 3 most important Muslim organisations in the city. The fourth module on ethnic entrepreneurship should consider ethnic entrepreneurship of men and women and policies and activities of local authorities how to support ethnic entrepreneurship. Common procurement vocabulary (CPV): 73200000, 73210000. Contract covered by the Government Procurement Agreement (GPA): Yes. Quantity or scope of the contract II.2.1) Total quantity or scope: The contractor will gather information from participating cities on policies regarding intercultural dialogue and inter-group relations between minority and majority groups and ethnic entrepreneurship. For each module the contractor is responsible for providing: a concept paper, a common reporting scheme, guidelines for the implementation of case studies, between 25 and 30 case studies coming from the EU 27; Turkey and Croatia are subject to budgetary availability in 2009. The contractor is also responsible for organising and managing the field visits in all participating cities. Based on the case studies the contractor will be required to produce a comparative report and guidelines for local policy makers and policy recommendations for the national and European level. The contactor is expected to participate in the following envisaged meetings: CLIP network, meetings of research group, meetings with Eurofound and field visits. The project will be implemented by 2 separate contracts: โ€” module 3 and preparation of module 4 (contract year 2008โ€“2009), and โ€” module 4 (contract 2009โ€“2010). Subject to budgetary availability (IPA funds) for Accession countries, in 2009 tasks and deliverables requested for Turkey and Croatia will be added to the contracts. Please note that the estimated budget for the implementation of the 2 modules (2 separate contracts) in EU 27 is EUR 610 000 (EUR 290 000 is foreseen for the contract (module 3) to be signed in 2008). This amount of EUR 610 000 excludes potential funding for non-EU countries in module 3 (EUR 33 000) and module 4 (EUR 33 000). 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.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them: Please refer to technical specifications. Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Please refer to technical 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 technical specifications must be met by tenderers. 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 cover; 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. Information and formalities necessary for evaluating if requirements are met: 1. a comprehensive company profile evidenced by: โ€” staff; numbers of staff, professional experience, โ€” description of company structure and organisation, โ€” description of quality-control procedures; 2. proven and demonstrated experience of comparative policy-relevant analysis in the field of integration of migrants in all aspects listed in the specifications (intercultural dialogue and group relations, local policies towards Muslim communities, local policies to support ethnic entrepreneurship) and in particular at the local level. โ€” previous scientific publications and activities in the field (active participation in external and internal events and conference papers), โ€” membership in international research teams in the field, โ€” written policy papers in the field, โ€” demonstrated professional experience as partners for local authorities, โ€” reports on impact assessment for local authorities and national governments, โ€” wide recognition as centres of excellence and reference points in the international academic and policy arena, โ€” proven to be familiar with the EU and international policy agenda on migration; 3. experience in delivering high quality case studies (evidenced by record of previously conducted case studies). The quality of case studies will be looked at and judged, inter alia, on the basis of the variety of methods used, the appropriateness of the methods, structure of the case studies, definition of precise and specific research questions, fit between research questions and implementation of the case study, professional writing, layout and presentation of the case study; 4. regionally-balanced research group or research network of research centres reflecting the diversity of approaches to the integration of migrants in all relevant regions of the EU and Accession Countries. At least 4 and not more than 5 regions have to be covered (Western Europe (UK and Ireland), Nordic countries, Southern Europe, Central Europe plus Accession countries, Benelux plus France and Germany), proven by the nationality of members of research team; publications and activities in several countries of EU, capacity to access publications in a minimum of 6 EU official languages (Dutch, English, French, German, Italian and Spanish), ability to contact the field visits and interviews in the minimum languages mentioned above as presented in their CVs; 5. composition of a research group, which consists of at least 8 researchers and a maximum of 15 members. The research should include at least 4 but not more than 6 directors of research centres or senior international researchers. This should be proved by scientific publications in the field in recognised journals, presentations at high level scientific conferences, consultancy experience with European or international bodies/institutions, role and function in international scientific networks or organisations; 6. proven record in managing international projects evidenced by previous work: timely delivery, deadlines met, good and efficient communication with funding organisations, provision of policy relevant outputs. 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: 1. quality of team composition proposed for this tender, with particular reference to the proposed 2 lead coordinators assigned to draft and coordinate the comparative reports in module 3 and module 4 in all aspects mentioned in the specifications and in particular at the local level; weighting: 30; 2. how to deal with the issue of local policies to support ethnic entrepreneurship within the fourth module of CLIP (evidenced by key research questions, policy objectives, conceptualisation and identification of key analytical dimensions, reflections on feasibility); weighting: 20; 3. quality of the risk analysis for the implementation of the case studies and quality of the proposal how to organise an effective quality assurance process, including the consistency of the outputs regarding the case studies; weighting: 20; 4. quality of the proposal to make the Common Reporting Scheme of the third module more operational and more concrete (evidenced by proposal to shorten, proposal of concrete issues to be covered, reduction of number of migrant organisations to be contacted); weighting: 15; 5. quality of proposed work plan and the division of labour within the research team (evidenced by feasibility of work plan, division of labour in the research team and allocation of responsibility for cities according to language and cultural experience); weighting: 15. The contract will be awarded on the basis of the quality of the proposal and cost which, in the opinion of Eurofound, most satisfy the necessary economic and technical capacity. 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. An electronic auction will be used: No. Administrative information IV.3.1) File reference number attributed by the contracting authority: 08/310/01. 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: 29.7.2008 (17:00). Time limit for receipt of tenders or requests to participate: 5.8.2008 (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): 15 (from the date stated for receipt of tender). Tenders will be opened at the offices of the European Foundation, room No MB01/45. 1 person representing the tenderer may be present at the opening: participation will be restricted to an observer role. Please advise Ms Christine Gollin 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. Conditions for tendering: 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 the European Foundation. 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 Christine Gollin either by post, facsimile ((353-1) 282 64 56/282 42 09) or electronic mail cmg@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 the 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: 13.6.2008.

Deadline
The time limit for receipt of tenders was 2008-08-05. The procurement was published on 2008-06-25.

Who?

What?

Procurement history
Date Document
2008-06-13 Contract notice
Contract notice (2008-06-13)
Object
Scope of the procurement
Title: Role of local authorities in the integration of migrants: modules 3 and 4 of the CLIP (cities for local integration policy for migrants) project
Full text:
โ€œContract notice Services Section I: Contracting authority I.1) Name, addresses and contact point(s): European Foundation for the Improvement of Living and...โ€    Show more
Place of performance
ie021 ๐Ÿ™๏ธ
Notice metadata
Document type: Contract notice
Nature of contract: Service contract
Regulation: European Institution/Agency or International Organisation
Original language: English ๐Ÿ—ฃ๏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 ๐Ÿ‡ฎ๐Ÿ‡ช
Contact
Internet address: cmg@eurofound.europa.eu ๐Ÿ“ง

Reference
Dates
Publication date: 2008-06-25 ๐Ÿ“…
Date received: 2008-06-13 ๐Ÿ“…
Date dispatched: 2008-06-13 ๐Ÿ“…
Submission deadline: 2008-08-05 ๐Ÿ“…
Date for dispatch of contract documents: 2008-07-29 ๐Ÿ“…
Identifiers
Notice number (legacy): 160503-2008
OJ-S issue: 121/2008

Object
Common procurement vocabulary (CPV)
Code: Research and development consultancy services ๐Ÿ“ฆ
Code: Research consultancy services ๐Ÿ“ฆ
Source: OJS 2008/S 121-160503 (2008-06-13)