Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 360668-2020

31/07/2020    S147

Greece-Thessaloniki: The Role of Micro-credentials in Facilitating Learning for Employment

2020/S 147-360668

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: Cedefop - European Centre for the Development of Vocational Training
Postal address: 'Service Post' - Europe 123
Town: Thessaloniki
NUTS code: EL522 Θεσσαλονίκη
Postal code: 57001
Country: Greece
Contact person: Ms Dimitra Eleftheroudi
E-mail: c4t-services@cedefop.europa.eu
Telephone: +30 2310490192
Internet address(es):
Main address: http://www.cedefop.europa.eu
Address of the buyer profile: http://www.cedefop.europa.eu
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=6924
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=6924
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Education

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

The Role of Micro-credentials in Facilitating Learning for Employment

Reference number: AO/DSI/JB-APOULIOU/Micro-credentials_Learning&Employment/006/20
II.1.2)Main CPV code
73000000 Research and development services and related consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The research to be carried out according to this contract will provide a better understanding of the role played by micro-credentials in supporting labour market related and employment relevant education, training and learning. The findings of the study will offer new knowledge on the characteristics of micro-credentials, their added value to individual learners and employees as well as their impact on existing qualifications and recognition systems.

II.1.5)Estimated total value
Value excluding VAT: 450 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: 00 Not specified
Main site or place of performance:

The tasks will be completed in the contractor’s premises.

II.2.4)Description of the procurement:

The estimated budget for the required services is of the order of EUR 450 000 for 30 months. In the case where unforeseen circumstances result in the global value of this contract being consumed faster than originally planned, Cedefop reserves the right to increase the amount of the contract according to Point 11.1(e) Annex 1 of the EU (FR).

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 30
This contract is subject to renewal: no
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: 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 registers
List and brief description of conditions:

For more information please refer to the procurement documents.

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.2.3)Information about staff responsible for the performance of the contract
Obligation 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 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: 24/09/2020
Local time: 15:59
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
Tender must be valid until: 23/03/2021
IV.2.7)Conditions for opening of tenders
Date: 28/09/2020
Local time: 11:00
Place:

Cedefop's premises in Thessaloniki-Greece. The 'local time' mentioned above shall be understood as Greek local time (UTC+3 at the date of the opening).

Information about authorised persons and opening procedure:

Each tenderer may be represented at the opening of tenders by maximum 2 representatives. The names of the persons attending the opening must be notified in writing by email (C4T-services@cedefop.europa.eu) at least 3 working days prior to the opening session. Failing that, Cedefop reserves the right to refuse access to its premises.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

In point IV.2.2) — 'Time limit for receipt of tenders', local time must be understood as Greek local time (UTC+3 at the date of submission of offers).

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise 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.4.4)Service from which information about the review procedure may be obtained
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
24/07/2020