Services - 237139-2021

12/05/2021    S92

Spain-Bilbao: Provision of interim staff services

2021/S 092-237139

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Agency for Safety and Health at Work (EU-OSHA)
Postal address: C/ Santiago de Compostela, 12, 5.ª planta
Town: Bilbao
NUTS code: ES213 Bizkaia
Postal code: 48003
Country: Spain
E-mail: cft0155@osha.europa.eu
Internet address(es):
Main address: http://osha.europa.eu
Address of the buyer profile: https://osha.europa.eu/es/about-eu-osha/procurement
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=8344
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=8344
Tenders or requests to participate must be submitted to the abovementioned address
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:

Provision of interim staff services

Reference number: EUOSHA/2021/OP/F/SE/0155
II.1.2)Main CPV code
79621000 Supply services of office personnel
II.1.3)Type of contract
Services
II.1.4)Short description:

Provision of interim staff services.

II.1.5)Estimated total value
Value excluding VAT: 600 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79621000 Supply services of office personnel
II.2.3)Place of performance
NUTS code: ES213 Bizkaia
Main site or place of performance:

EU-OSHA headquarters in Bilbao (Biscay), Spain.

II.2.4)Description of the procurement:

EU-OSHA may need interim staff to complement its statutory staff to perform temporary tasks for the following reasons:

— to substitute for staff who are absent because of sick leave or for other reasons,

— to handle peak working periods, which require additional workforce for a fixed period of time,

— to take on the workload of a specific project.

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: 600 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

Please refer to the web address specified in Section I.3).

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:

Administrative allocations of the EU.

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 registers
List and brief description of conditions:

Please refer to the web address specified 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:

Please refer to the web address specified in Section I.3).

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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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 participate
Date: 11/06/2021
Local time: 13:00
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:
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 15/06/2021
Local time: 11:00
Place:

Please refer to the web address specified in Section I.3) (invitation to tender).

Information about authorised persons and opening procedure:

Please refer to the web address specified in Section I.3) (invitation to tender).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.3)Additional information:

Please refer to the web address specified in Section I.3).

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxemburgo
Postal code: L-2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: https://curia.europa.eu/jcms/jcms/Jo27033/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please refer to the web address specified in Section I.3) (invitation to tender).

VI.5)Date of dispatch of this notice:
05/05/2021