Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Aviation Safety Agency
Postal address: Konrad Adenauer Ufer 3
Town: Cologne
NUTS code:
DEA23 KölnPostal code: 50668
Country: Germany
E-mail:
tenders@easa.europa.euTelephone: +49 22189990000
Fax: +49 22189990999
Internet address(es): Main address:
http://www.easa.europa.eu I.3)CommunicationAdditional 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 authorityEuropean institution/agency or international organisation
I.5)Main activityOther 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 code79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contractServices
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 lotsThis 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 performanceNUTS 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 criteriaPrice 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 systemDuration 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 variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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 registersList 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 standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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 contractObligation 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 procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe 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 participateDate: 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 tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 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 recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.3)Additional information:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:20/03/2017