There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

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

Services - 165868-2020

08/04/2020    S70

Luxembourg-Luxembourg: Study to Identify and Assess Possible Options for Updating Council Directive 89/654/EEC and Council Directive 90/270/EEC

2020/S 070-165868

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, EMPL — Employment, Social Affairs and Inclusion, EMPL.B.3 — Health and Safety
Town: Luxembourg
NUTS code: LU00 Luxembourg
Postal code: L-2521
Country: Luxembourg
E-mail: EMPL-VT-2019-038@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/info/departments/employment-social-affairs-and-inclusion_en
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=6258
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=6258
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General 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 code
79411000 General management consultancy services
II.1.3)Type of contract
Services
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 value
Value excluding VAT: 1 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79411000 General management consultancy services
II.2.3)Place of performance
NUTS 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 criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: no
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: yes
Identification of the project:

EaSI Programme

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 registers
List and brief description of conditions:

See internet address provided in section I.3).

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.2.2)Contract performance conditions:

See internet address provided in section I.3).

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
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 participate
Date: 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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 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 recurrence
This is a recurrent procurement: no
VI.3)Additional information:

See internet address provided in section I.3).

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: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise 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