Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Cedefop — European Centre for the Development of Vocational Training
Postal address: PO Box 22427, Finikas
Town: Thessaloniki
NUTS code:
GR122 ThessalonikiPostal code: 551 02
Country: Greece
E-mail:
c4t-services@cedefop.europa.euTelephone: +30 2310-490111
Fax: +30 2310-490049
Internet address(es): Main address:
http://www.cedefop.europa.eu/en I.2)Information about joint procurementThe contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:
Union law, complemented, where necessary, by the law of Ireland.
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: Social policy.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Preparation and implementation of the 4th European company survey (ECS).
Reference number: 161016/4301.
II.1.2)Main CPV code79311200 Survey conduction services
II.1.3)Type of contractServices
II.1.4)Short description:
The subject matter of this procurement procedure is preparation and implementation of the 4th European company survey in all European Union (EU) Member States.
This is a joint procurement of Eurofound and Cedefop which decided not only to join resources and expertise at this stage but at the contract implementation stage as well.
II.1.5)Estimated total valueValue excluding VAT: 2 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2)Description
II.2.1)Title:
Computer-assisted Web interviewing (CAWI) survey, supported by telephone contacting and follow-up
Lot No: 1
II.2.2)Additional CPV code(s)79311000 Survey services
72314000 Data collection and collation services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
All European Union (EU) Member States.
II.2.4)Description of the procurement:
For lot 1 the contractor will be required to administer both the management and the employee representative interview through computer-assisted Web interviewing (CAWI). The screening for respondents should be carried out through computer-assisted telephone interviewing (CATI).
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: 2 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 30
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 3
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Subject to the availability of additional funding, the 4th ECS may be expanded to cover 1, some or all of the following 5 candidate countries (CC) to the EU: Albania, the former Yugoslav Republic of Macedonia, Montenegro, Serbia and Turkey.
Note that the estimated value of the framework agreement provided under point II.2.6 does not include the cost of the options concerned.
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
Candidates/tenderers must apply for both lots.
Solution offered by lot 1 (CAWI) is preferred.
If affordable tenders of sufficient quality are received for lot 1, the contracting authority will award a contract for lot 1 only — regardless of the cost and quality of the tenders for lot 2.
See point 2.3 of tender specifications (part B) for further details.
II.2)Description
II.2.1)Title:
Computer-assisted Web interviewing (CAWI) survey, supported by telephone contacting and follow-up
Lot No: 2
II.2.2)Additional CPV code(s)79311000 Survey services
72314000 Data collection and collation services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
All European Union (EU) Member States.
II.2.4)Description of the procurement:
For lot 2 the contractor will be required to carry out all stages of the survey through CATI.
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: 2 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 30
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 3
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Subject to the availability of additional funding, the 4th ECS may be expanded to cover 1, some or all of the following 5 candidate countries (CC) to the EU: Albania, the former Yugoslav Republic of Macedonia, Montenegro, Serbia and Turkey.
Note that estimated value of the framework agreement provided under point II.2.6 does not include the cost of the options concerned.
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
Candidates/tenderers must apply for both lots.
If no tenders for lot 1 meet the requirements, the contracting authority will subsequently evaluate tenders received for lot 2 and will award a contract for lot 2 — providing tenders for this lot meet all the requirements set out in the procurement documentation.
See point 2.3 of tender specifications (part B) for further details.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
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 procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.5)Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 16/06/2017
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 10/07/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:Bulgarian, Czech, Danish, German, Greek, English, 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: 7 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
As the working language of Eurofound is English, we would appreciate it if the tender proposal was in English.
This procurement is also open to all natural and legal persons established in a third country which has a special agreement with the Union in the field of public procurement on the conditions laid down in that agreement. Namely, Albania, Bosnia and Herzegovina, the former Yugoslav Republic of Macedonia, Iceland, Liechtenstein, Montenegro, Norway and Serbia.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail:
cfi.registry@curia.europa.euTelephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
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.5)Date of dispatch of this notice:10/05/2017