Legal Basis:
Regulation (EU, Euratom) No 2018/1046
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: Asylum
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Survey to Understand the Asylum Related Migration (SAM)
Reference number: EASO/2019/734
II.1.2)Main CPV code79311000 Survey services
II.1.3)Type of contractServices
II.1.4)Short description:
The specific objective of the SAM project is to implement a large scale survey of asylum seekers and beneficiaries of international protection housed in 3 European countries – Belgium, France, and Norway (survey countries). The collected information will be used primarily to better understand the push and pull factors, travel histories, and integration expectations of the populations in reception centres. Quantitative data and qualitative information will be collected directly from the reception population using a predefined sampling protocol. It will result in a report that EASO will use for internal purposes.
II.1.5)Estimated total valueValue excluding VAT: 300 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79311300 Survey analysis services
79315000 Social research services
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
NUTS code: FR FRANCE
NUTS code: NO NORGE
Main site or place of performance:
In addition to the contractor's premises, the survey will have to be performed in BELGIUM, FRANCE and NORWAY,.
II.2.4)Description of the procurement:
See internet address provided in Section I.3.
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: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 10
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
See internet address provided in Section I.3.
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:
See internet address provided in Section I.3.
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.2.2)Contract performance conditions:
See internet address provided in Section I.3.
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: 02/09/2019
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 03/09/2019
Local time: 11:00
Place:
EASO premises, MTC Block A, Winemakers Wharf, Grand Harbour, Valletta MRS 1917, MALTA.
Information about authorised persons and opening procedure:
A maximum of 2 representatives per tender may attend the opening session. For organisational and security reasons, the tenderer should provide the full name, date of birth, nationality and ID or passport number of the representatives notified at least 2 working days in advance to EASO on contracts@easo.europa.eu
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in Section I.3.
VI.5)Date of dispatch of this notice:26/07/2019