Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
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: Aviation safety, environment.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Language training and testing services.
Reference number: EASA.2017.HVP.13.
II.1.2)Main CPV code80580000 Provision of language courses
II.1.3)Type of contractServices
II.1.4)Short description:
Language training and testing services.
Lot 1: language training services (in English, French, German, Italian and Spanish languages).
Lot 2: language testing services (TELC B2 level in French and German languages).
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Language training services (in English, French, German, Italian and Spanish language)
Lot No: 1
II.2.2)Additional CPV code(s)80000000 Education and training services
80500000 Training services
80580000 Provision of language courses
II.2.3)Place of performanceNUTS code: DEA2 Köln
NUTS code: DEA NORDRHEIN-WESTFALEN
Main site or place of performance:
Unless otherwise agreed/foreseen, the main place of performance of services shall be the EASA premises in Cologne.
II.2.4)Description of the procurement:
The present call for tender aims to enable EASA to effectively offer an extensive and appropriate set of high-quality language services.
Language training shall offer the possibility for a rapid, consistent and solid upgrade of the linguistic competences in order to master a language in a reasonable time-frame, and in the most effective way without disruption of the work-life balance.
The language training services will have the following formats:
— group language training at EASA,
— one-to-one, or two-to-one language training,
— specialised/thematic group training at EASA,
— language assessment in one of the EU official languages (for candidates applying to an EASA job vacancy),
— additional other linguistic services, according to the offer and capacity of the provider.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The framework contract is intended to be signed for an initial period of 1 year and shall be renewable up to 3 times for a total maximum duration of 4 years under the same conditions.
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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Language testing services (TELC B2 level in French and German languages)
Lot No: 2
II.2.2)Additional CPV code(s)80000000 Education and training services
80500000 Training services
80580000 Provision of language courses
II.2.3)Place of performanceNUTS code: DEA NORDRHEIN-WESTFALEN
NUTS code: DEA2 Köln
II.2.4)Description of the procurement:
The Agency intends to acquire testing services from a certified TELC testing centre able to run TELC B2 level testing in French and German languages, currently the most requested third EU languages by EASA staff members. The objective is to enable staff members to demonstrate a working knowledge of a third official EU language (B2 level) before their first promotion as requested by the staff regulations applicable to EU servants.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in days: 12
This contract is subject to renewal: yes
Description of renewals:
The framework contract is intended to be signed for an initial period of 1 year and shall be renewable up to 3 times for a total maximum duration of 4 years under the same conditions.
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: no
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 registersList and brief description of conditions:
Tenderers (including consortium members) are asked to prove that they are authorised to perform the contract under the national law as evidenced by inclusion in a trade or professional register, or a sworn declaration or certificate, membership of a specific organisation, express authorisation or entry in the VAT register.
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
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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
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: 22/09/2017
Local time: 17:00
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 05/10/2017
Local time: 10:00
Place:
EASA premises in Cologne (Germany).
Information about authorised persons and opening procedure:
Maximum 1 legal representative per participating tenderer may attend the opening session. Tenderers shall inform the Agency of their intention to attend at least 5 days prior to the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.3)Additional information:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:25/07/2017