Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Agency for the Operational Management of Large-Scale IT Systems in the Area of Freedom, Security and Justice (eu-LISA)
Postal address: EU House, Rävala pst 4
Town: Tallinn
Postal code: 10143
Country: Estonia
For the attention of: eu-LISA Procurement
E-mail: eulisa-procurement@eulisa.europa.eu
Internet address(es):
General address of the contracting authority: http://www.eulisa.europa.eu/Pages/default.aspx
Electronic access to information: http://www.eulisa.europa.eu/Procurement/Pages/OpenTenders.aspx
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)
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
LISA/2015/OP/01 Training, coaching and learning provision channel.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 24: Education and vocational education services
Main site or location of works, place of delivery or of performance: The contracting authority's premises in Tallinn, Strasbourg, the premises of the future contractor and other locations.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 2 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
The objective of this call for tenders is the provision of various training courses, conferences, seminars, coaching and e-learning activities by the future contractor.
II.1.6)Common procurement vocabulary (CPV)80500000 Training services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 2 000 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See tender documents.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: See tender documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tender documents.
Minimum level(s) of standards possibly required: See tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender documents.
Minimum level(s) of standards possibly required:
See tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 60
2. Price. Weighting 40
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
LISA/2015/OP/01.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 27.5.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate27.5.2015
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 3.6.2015 - 10:30
Place:
EU House, 6th floor, Rävala 4, 10143 Tallinn, ESTONIA.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Any tenderer who wishes to attend the opening must register at least 2 days in advance by sending an e-mail to
eulisa-procurement@eulisa.europa.eu
Please note that a maximum of 2 representatives per tenderer can participate in the opening.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The tender documents can be downloaded from the following website http://www.eulisa.europa.eu/Procurement/Pages/OpenTenders.aspx
Please be informed that a 'Question&answer.doc' will be regularly updated during the procedure. It is the responsibility of the interested economic operators to check regularly for updates and modifications during the tendering period.
On the basis of Article 134(1)(f) of the rules of application of the Financial Regulation, the contracting authority reserves the right to launch a negotiated procedure without prior publication of a contract notice with the contractor for the provision of new services consisting in the repetition of similar services.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise 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 effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained VI.5)Date of dispatch of this notice:27.3.2015