Second European quality of life survey 2007

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: Sarah Farrell, Wyattville Road, Loughlinstown, Dublin 18, Ireland. Tel. saf@eurofound.europa.eu. Internet address(es): General address of the contracting authority: 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: Second European quality of life survey 2007. 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): The European Foundation for the Improvement of Living and Working Conditions intends to conclude a contract in order to conduct the fieldwork for a second European quality of life survey in 2007 in the EU-27, Croatia, Turkey and Norway. The fieldwork in Norway will be contracted on availability of budgetary resources. This is a representative, face-to-face survey involving interviews per country. The interview is expected to take approximately 30-40 minutes to conduct. At least 1 000 interviews per country will be required. Common procurement vocabulary (CPV): 74130000, 74131600, 73210000, 74131200. 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 coordinate all fieldwork, to be carried out by national fieldwork agencies, and assume complete legal responsibility for the contract concluded with the Foundation. It will be the sole partner with which the Foundation deals for implementing the 2nd EQLS. The contractor will organise and manage the survey in all countries (Norway on availability of budgetary resources) and will be expected to provide the national agencies with all methodological advice and support. It will ensure the consistency of the methods and procedures applied in the various countries and compliance with the detailed methodology for the survey. The working language for its contacts with the Foundation will be English. The contractor will be required to produce reports and information to enable the Foundation or its representatives to monitor translation of questionnaires, fieldwork, quality control and data processing. Duration of the contract or time-limit for completion: Duration: 12 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 guaranties required: The successful tenderer will be required to produce a bank guarantee covering 30 % of the budget of the contract (see terms of payment in the technical specifications). Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them: See terms of payment in the technical specifications. Legal form to be taken by the group of economic operators to whom the contract is to be awarded: - Contractors, - subcontracting is allowed, - 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 signed and dated statement (Annex 2 available in the standard reply form) that the tenderer is not excluded from participation in the contract, as provided for in Articles 93 and 94 of Council Regulation (EC, Euratom) No 1605/2002 and according to the provisions of Directive 2004/18/EC. The tenderer to whom the contract is to be awarded will be asked to provide proof of not being in any situations as mentioned in the above statement. 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: A) Proposed company and staff's requirements: a.1.1) structured company with defined roles and tasks (a comprehensive company profile); a.1.2) good knowledge of English for coordinating work with national agencies and liaison with the Foundation (CVs of the coordination team (Annex 3 supplied in the standard reply form)); a.1.3) 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. B) Professional and technical capacity: b.1.1) experience in carrying out coordination work in the field of household surveys in different countries (list of references for recent contracts); b.1.2) experience in managing and responsibility for Europe-wide household surveys (list of references for similar surveys). C) Members of the network (national agencies): Professional and technical capacity: c.1.1) proof of an established network of national agencies in the countries where the European quality of life survey will take place (list of national agencies); c.1.2) in each country, the field force must be composed of a minimum of 30 persons, except in Luxembourg, Cyprus, Malta, Estonia and Slovenia (minimum of 20) (list of proposed staff numbers for each country); c.1.3) each national agency should provide references to recent household surveys undertaken. 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. Data gathering and processing; 50: a) quality of interviewers' training, method and procedures; 5; b) quality of measures to ensure a high response rate (range of hours/days when interviews are being carried out); 15; c) quality of procedures to control work; 15; d) method for ensuring quality data coding; 10; e) method of data cleaning; 5. a) quality of the sampling scheme assessed by adequacy of sampling frames and method. a) procedures to ensure timely communication with Foundation during the implementation of the contract; 10; b) quality, level of detail and regularity of reporting during fieldwork; 5. a) quality of coordination and organisation of the network of national agencies (coordination team, number of days of coordination work involved, procedure for communication and coordination). 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 criteria. 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 the preferred variant (see technical specifications). 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: 07/222/01. 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: 20.3.2007 (17:00). Time-limit for receipt of tenders or requests to participate: 27.3.2007 (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 - room No LH7. Persons authorised to be present at the opening of tenders: yes. Please advise Sarah Farrell 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 document via the Internet: http://www.eurofound.europa.eu/ about/tenders/index.htm. Tender documents can be also 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 Sarah Farrell either by post, facsimile ((353-1) 282 64 56/282 42 09) or electronic mail (saf@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 triplicate in a sealed envelope, which is enclosed in a second sealed envelope. One set of tender documents must be unbound for photocopying purposes. The inner envelope must be marked 'Invitation to tender No. For the attention of Ms. Sarah Farrell. 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 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.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 the 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: 29.1.2007.

Deadline
The time limit for receipt of tenders was 2007-03-27. The procurement was published on 2007-02-09.

Who?

What?

Procurement history
Date Document
2007-01-29 Contract notice
2007-07-09 Contract award notice
Contract notice (2007-01-29)
Object
Scope of the procurement
Title: Second European quality of life survey 2007
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: saf@eurofound.europa.eu ๐Ÿ“ง

Reference
Dates
Publication date: 2007-02-09 ๐Ÿ“…
Date received: 2007-01-29 ๐Ÿ“…
Date dispatched: 2007-01-29 ๐Ÿ“…
Submission deadline: 2007-03-27 ๐Ÿ“…
Date for dispatch of contract documents: 2007-03-20 ๐Ÿ“…
Identifiers
Notice number (legacy): 33071-2007
OJ-S issue: 28/2007

Object
Common procurement vocabulary (CPV)
Code: Research consultancy services ๐Ÿ“ฆ
Source: OJS 2007/S 028-033071 (2007-01-29)
Contract award notice (2007-07-09)
Object
Notice metadata
Document type: Contract award

Procedure
Procedure type: Contract awards
Type of bid: Not defined

Reference
Dates
Publication date: 2007-07-20 ๐Ÿ“…
Date received: 2007-07-09 ๐Ÿ“…
Date dispatched: 2007-07-09 ๐Ÿ“…
Submission deadline: 2007-10-15 ๐Ÿ“…
Identifiers
Notice number (legacy): 169620-2007
OJ-S issue: 138/2007
Refers to notice: 33071-2007
Source: OJS 2007/S 138-169620 (2007-07-09)
Related searches ๐Ÿ”