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: Social policy.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of qualitative research study on organisational-level interventions reducing the negative effects of restructuring on employees in large company establishments in the EU.
Reference number: 130417/4130.
II.1.2)Main CPV code73210000 Research consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The work to be undertaken under this contract will form part of a broader research project and the key findings will feed into the thematic section of the 2017 ERM annual report prepared by Eurofound.
The general objective of this contract is three-fold:
1) to provide a better understanding of the implementation of organisational-level interventions introduced in company establishments to offset the negative effects of restructuring on the remaining workforce;
2) to assist practitioners in the implementation of effective organisational interventions during restructuring;
3) to raise awareness among policymakers of the importance of organisational interventions investing in the remaining human capital for healthier restructuring and inform policy developments in the area.
II.1.5)Estimated total valueValue excluding VAT: 80 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: IE021 Dublin
Main site or place of performance:
The tasks are to be performed at the premises designated by the contractor and agreed by Eurofound. A kick-off meeting with Eurofound will be held at Eurofound's premises in Dublin (Ireland).
II.2.4)Description of the procurement:
The work will ultimately consist in developing ‘good practice’ quality criteria and practical guidelines for the implementation of effective organisational interventions in restructured workplaces with a view to minimising the negative effects of restructuring for the remaining employees and fostering a positive and productive work environment. This will draw from different sources of information, including a review of the literature (task A), in-depth qualitative expert interviews (task B) and analyses and assessment of company case examples (task C). In this last stage of the contract the contractor is expected to conduct a comparative overview on the elaborated case examples and draw key lessons for both a practitioner and policy-making audience (task D).
Expected deliverables:
— final interim report (approximately 10 pages or 4 000 words),
— final case example reports (5) of approximately 10–15 pages or 4 000–6 000 words per case example,
— final comparative overview of approximately 25 pages or 10 000 words.
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: 80 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 9
This contract is subject to renewal: no
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:
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 procedureOpen 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 02/11/2016
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: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: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 09/11/2016
Local time: 11:00
Place:
Tenders will be opened at the offices of Eurofound, room number LH5.
Information about authorised persons and opening procedure:
1 person representing the tenderer may be present at the opening; participation will be restricted to an observer role. Please advise Ms Lidia Jankowska in advance if you intend to be present at the opening of tenders.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
Calls for tender are open to natural and legal persons from European Union Member States and from countries which have signed a special agreement with the European Union in the field of public procurement.
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.5)Date of dispatch of this notice:21/09/2016