Services - 65024-2022

07/02/2022    S26

Ireland-Dublin: Provision of Environmental Management Consultancy Services to Eurofound

2022/S 026-065024

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Foundation for the Improvement of Living and Working Conditions (Eurofound)
Postal address: Wyattville Road, Loughlinstown
Town: Co Dublin
NUTS code: IE061 Dublin
Postal code: D18 KP65
Country: Ireland
Contact person: Sandra Brudenell-Bruce
E-mail: OSUTenders@eurofound.europa.eu
Telephone: +353 12043100
Fax: +353 12826456
Internet address(es):
Main address: http://www.eurofound.europa.eu
Address of the buyer profile: http://www.eurofound.europa.eu/about-eurofound/procurement/opportunities/open
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=10085
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=10085
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Other activity: Social policy

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Provision of Environmental Management Consultancy Services to Eurofound

Reference number: 211008/5957
II.1.2)Main CPV code
90713000 Environmental issues consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

Eurofound intends to conclude a framework contract relating to the provision of environmental management consultancy services at its premises at Dublin 18, Ireland. The purpose of the framework contract is to assist Eurofound in maintaining its Eco-Management and Audit Scheme (EMAS) certification.

II.1.5)Estimated total value
Value excluding VAT: 80 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
80540000 Environmental training services
90710000 Environmental management
90714100 Environmental information systems
90714200 Corporate environmental auditing services
II.2.3)Place of performance
NUTS code: IE061 Dublin
Main site or place of performance:

The tasks are to be performed at the Eurofound premises or premises designated by the contractor and agreed by Eurofound.

II.2.4)Description of the procurement:

The effort required for the provision of the consultancy services sought with this tender will be calculated in working days (daily rates). On top of these, two annually scheduled deliverables are expected to be delivered, for a total of four (4) times over the four-year contractual period. The volume of deliverables is indicative as the needs may be lower or higher during the actual contract implementation.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 80 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

The contract will be concluded for a period of twelve (12) months with effect from the date of its entry into force and will be renewed automatically three (3) times for twelve months each time, unless one of the parties receives formal notification to the contrary at least three (3) months before the end of the ongoing duration. Renewal does not change or postpone any existing obligations.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 04/03/2022
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 07/03/2022
Local time: 10:00
Place:

Eurofound premises. Please note that local time mentioned is Dublin time. Eurofound reserves the right to conduct the opening online given the hybrid working arrangements in place. If the opening takes place online, information announced during the public opening will be made available on request by emailing OSUTenders@eurofound.europa.eu.

Information about authorised persons and opening procedure:

One person representing the tenderer may be present at the opening; participation will be restricted to an observer role. Please advise Eurofound by email by writing to OSUTenders@eurofound.europa.eu if you wish to be present at the opening of tenders.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Please note that English is a working language of Eurofound and providing tenders in English would be appreciated.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within two months of notification of the outcome of the procedure (award decision), tenderers may launch an action for its annulment. Any request tenderers may make and any reply from Eurofound, or any complaint for maladministration, will have neither the purpose nor the effect of suspending the time-limit for launching an action for annulment nor open a new period for launching an action for annulment. The body responsible for hearing annulment procedures is indicated under Heading VI.4.1) of the contract notice.

VI.5)Date of dispatch of this notice:
31/01/2022