Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Study to Identify and Assess Possible Options for Updating Council Directive 89/654/EEC and Council Directive 90/270/EEC
Reference number: EMPL/LUX/2020/OP/0006
II.1.2)Main CPV code79411000 General management consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
Study to identify and assess possible options for updating Council Directive 89/654/EEC concerning the minimum safety and health requirements for the workplace and Council Directive 90/270/EEC on the minimum safety and health requirements for work with display screen equipment.
II.1.5)Estimated total valueValue excluding VAT: 1 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79411000 General management consultancy services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
The main place of performance of the tasks shall be contractor's premises or any other place indicated in the tender, with the exception of the commission's premises.
II.2.4)Description of the procurement:
Study to support a possible update of the Council Directive 89/654/EEC concerning the minimum safety and health requirements for the workplace and Council Directive 90/270/EEC on the minimum safety and health requirements for work with display screen equipment. First step, the study will assess the current situation and take into account all the latest relevant data. It will include a collection of information in the member states of the EU and the UK and if relevant, other countries outside the EU (EEA/EFTA countries, United States, Canada, Australia, etc.), with regard to their legislation on the health and safety at work requirements to the workplace and work with display screen equipment. The study shall identify options to update the above-mentioned directives. Then, a seminar will be organised where the identified possible options will be discussed. As the second step, the study will assess the impact of the options identified.
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 valueValue excluding VAT: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
This contract is subject to renewal: no
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: yes
Identification of the project:
II.2.14)Additional information
See internet address provided in section I.3).
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:
See internet address provided in section I.3).
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.2.2)Contract performance conditions:
See internet address provided in section I.3).
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 system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 05/06/2020
Local time: 12:00
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, Czech, Danish, German, Greek, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 08/06/2020
Local time: 14:00
Place:
Joseph II 27 (J-27), Rue Joseph II 27, B-1000 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
See internet address provided in section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
See internet address provided in section I.3).
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in section I.3).
VI.5)Date of dispatch of this notice:01/04/2020