Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Banking Authority
Postal address: Tower 42 (Level 18), 25 Old Broad Street
Town: London
Postal code: EC2N 1HQ
Country: United Kingdom
For the attention of: Atilla Okten
E-mail: atilla.okten@eba.europa.eu
Telephone: +44 2073821752
Fax: +44 2073821771
Internet address(es):
General address of the contracting authority: http://www.eba.europa.eu
Address of the buyer profile: http://www.eba.europa.eu
Electronic access to information: http://www.eba.europa.eu/about-us/procurement
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 activityEconomic and financial affairs
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: European Insurance and Occupational Pensions Authority (EIOPA)
Postal address: Westhafen Tower, Westhafenplatz 1
Town: Frankfurt-on-Main
Postal code: 60327
Country: Germany
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of interim staff (lots 1–2).
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 22: Personnel placement and supply services
Main site or location of works, place of delivery or of performance: At the offices of the supplier, EBA and EIOPA (lot 1). At the offices of the supplier and EBA (lot 2).
NUTS code UKI12 Inner London - East,DE712 Frankfurt am Main
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 several operators
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 17 500 000 and 20 050 000 EUR
II.1.5)Short description of the contract or purchase(s)
The purpose of the framework contracts is to provide a fast and flexible way to satisfy interim staffing needs at the EBA and EIOPA. Lot 1 covers interim staff for IT for the EBA and EIOPA. Lot 2 covers interim business analysts for the EBA. The EBA and EIOPA may require interim staff for a number of reasons, for example:
(a) to substitute for staff absent due to maternity leave, sickness or other reasons;
(b) to cope with peak periods of work;
(c) to carry out tasks linked to specific projects;
(d) to execute tasks requiring competencies not available in-house;
(e) to provide temporary human resources due to staff shortages, etc.
During performance of the framework contract the supplier will be responsible for compliance with the relevant national laws on employment of temporary workers.
II.1.6)Common procurement vocabulary (CPV)79620000 Supply services of personnel including temporary staff
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: yes
Tenders may be submitted for one or more lots
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:
Lot 1 covers interim staff for IT. Lot 2 covers interim business analysts. Up to 3 companies per lot will be awarded framework contracts in priority cascade order. Framework contracts will be for an initial period of 1 year. Framework contracts may be extended up to 3 times, each time for a maximum period of 12 months. The estimated maximum value of the framework contract for lot 1, without this being binding, over the maximum possible duration of 4 years is 17 300 000 EUR. The estimated maximum value of the framework contract for lot 2, without this being binding, over the maximum possible duration of 4 years is 2 750 000 EUR. The estimated volume of man-days for the framework contract for lot 1, without this being binding, over the maximum possible duration of 4 years is 27 000. The estimated volume of man-days for the framework contract for lot 2, without this being binding, over the maximum possible duration of 4 years is 2 360. The EBA and/or EIOPA may at a later stage (during the 3 years following conclusion of the framework contracts) exercise the option to increase the maximum value of the framework contracts via negotiated procedure with the successful tenderers in accordance with Article 134(1)(f) of the rules of application of the general Financial Regulation.
Estimated value excluding VAT:
Range: between 18 000 000 and 20 500 000 EUR
II.2.2)Information about optionsOptions: yes
Description of these options: The EBA and/or EIOPA may at a later stage (during the 3 years following conclusion of the framework contracts) exercise the option to increase the maximum contract value via negotiated procedure with the successful tenderers in accordance with Article 134(1)(f) of the rules of application of the general Financial Regulation.
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 3
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Supply of interim staff for IT1)Short description
Lot 1 covers the supply of interim staff in the field of IT. It will include the supply of IT architects, IT systems experts, software engineers, IT project managers, IT project assistants, IT security experts, data warehouse experts, XBRL experts, functional/business analysts, etc. The EBA and/or EIOPA may face requirements for other interim staff in the field of IT during implementation of the framework contract. These requirements for other interim staff in the field of IT may be considered under lot 1.
2)Common procurement vocabulary (CPV)79620000 Supply services of personnel including temporary staff
3)Quantity or scope
Without this being binding, the estimated volume of man-days for the framework contract for lot 1 is 27 000 over the maximum possible duration of 4 years.
Estimated value excluding VAT:
Range: between 15 750 000 and 17 300 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Supply of interim staff — business analysts1)Short description
Lot 2 covers the supply of risk analysts, impact assessment analysts, business analysts, process analysts, rating experts, etc. The EBA may face requirements for other interim staff in the field of business analysis during implementation of the framework contract. These requirements for other interim staff in the field of business analysis may be considered under lot 2.
2)Common procurement vocabulary (CPV)79620000 Supply services of personnel including temporary staff
3)Quantity or scope
Without this being binding, the estimated volume of man-days for the framework contract for lot 2 is 2 360 over the maximum possible duration of 4 years.
Estimated value excluding VAT:
Range: between 2 500 000 and 2 750 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not applicable.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Groups of economic operators (consortia) may submit joint applications. Members of a consortium must designate 1 member as consortium leader with full authority to bind the consortium and each of its members. The consortium leader shall act as a single point of contact with the EBA in connection with the procurement procedure. All members of the grouping must be jointly and severally liable for the execution of the contract. The EBA may not demand that consortia have a given legal form in order to be allowed to submit an application or tender. However, if selected, the consortium may be required to adopt a given legal form after it has been awarded the contract and before the contract is signed, if this change is necessary for the proper performance of the contract.
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: Applicants must complete a pre-qualification questionnaire (PQQ) which can be obtained from the EBA's website. The address is provided in point I.1 of this notice. It must be completed, signed and returned with all the requested supporting documents. Applicants are required to provide full legal entity details including name, legal status, address, company registration number, organisational chart, together with proof, as detailed in the PQQ. Applicants must make a declaration with regards to exclusion criteria as detailed in the PQQ which must be supported by the appropriate proof listed therein.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Applicants must refer to the PQQ which must be downloaded from the EBA's website. The address is provided in point I.1 of this notice.
Minimum level(s) of standards possibly required: Applicants must refer to the PQQ which must be downloaded from the EBA's website. The address is provided in point I.1 of this notice.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Applicants must refer to the PQQ which must be downloaded from the EBA's website. The address is provided in point I.1 of this notice.
Minimum level(s) of standards possibly required:
Applicants must refer to the PQQ which must be downloaded from the EBA's website. The address is provided in point I.1 of this notice.
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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 4: and maximum number 8
Objective criteria for choosing the limited number of candidates: Depending on the applications, a minimum of 4 and a maximum of 8 applicants will be invited to tender per lot. The objective criteria for shortlisting applicants is described in the PQQ.
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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
EBA/2014/06/OPS/SER/RT (lot 1), EBA/2014/07/OVSREG/SER/RT (lot 2).
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate15.9.2014 - 14:30
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
Other: The EBA will accept documentation in any EU language. The EBA prefers, however, to receive all documentation in English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 4 years.
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 framework contract(s) for each lot will run for an initial period of 1 year. The framework contract(s) may be extended for 3 further periods of 1 year, up to a maximum contract duration of 4 years. An applicant may apply for 1 or more lots but may not submit more than 1 application per lot.
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 obtainedOfficial name: European Banking Authority
Postal address: Tower 42 (Level 18), 25 Old Broad Street
Town: London
Postal code: EC2N 1HQ
Country: United Kingdom
E-mail: legal@eba.europa.eu
Telephone: +44 2073821786
Fax: +44 2073821771
Internet address: http://www.eba.europa.eu
VI.5)Date of dispatch of this notice:8.8.2014