We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 117546-2017

30/03/2017    S63

Germany-Cologne: Provision of temporary workers for the European Aviation Safety Agency

2017/S 063-117546

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Aviation Safety Agency
Postal address: Konrad Adenauer Ufer 3
Town: Cologne
NUTS code: DEA23 Köln
Postal code: 50668
Country: Germany
E-mail: tenders@easa.europa.eu
Telephone: +49 22189990000
Fax: +49 22189990999
Internet address(es):
Main address: http://www.easa.europa.eu
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=2331
Additional information can be obtained from the abovementioned address
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: Aviation safety and environment.

Section II: Object

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

Provision of temporary workers for the European Aviation Safety Agency.

Reference number: EASA.2017.HVP.03.
II.1.2)Main CPV code
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contract
Services
II.1.4)Short description:

The overall objective of the assignment is to provide EASA with the necessary temporary workers within a reasonable time-frame and in line with the requested competency profiles (i.e. secretary, administrative support, etc.).

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79600000 Recruitment services
79610000 Placement services of personnel
79620000 Supply services of personnel including temporary staff
79621000 Supply services of office personnel
79611000 Job search services
79612000 Placement services of office-support personnel
II.2.3)Place of performance
NUTS code: DEA23 Köln
Main site or place of performance:

The place of execution shall be at EASA's premises in Cologne, Germany.

II.2.4)Description of the procurement:

The overall objective of the tender is to select a contractor delivering high-quality services for the provision of the necessary number of temporary workers within the required time-frame and in line with the requested competency profiles.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

The framework contract is intended to be signed for an initial period of 1 year and shall be renewable up to 3 times for a total maximum duration of 4 years under the same conditions.

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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Tenderers (including consortium members) are asked to prove that they are authorised to perform the contract under the national law as evidenced by inclusion in a trade or professional register, or a sworn declaration or certificate, membership of a specific organisation, express authorisation or entry in the VAT register.

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 several operators
Envisaged maximum number of participants to the framework agreement: 2
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: 02/05/2017
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 09/05/2017
Local time: 10:00
Place:

Maximum 1 legal representative per participating tenderer may attend the opening session. Tenderers shall inform the Agency of their intention to attend at least 5 days prior to the opening session.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

4 years' time.

VI.3)Additional information:
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: 2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
20/03/2017