Tjänster - 368496-2019

06/08/2019    S150

Spain-Alicante: Assessment Centres for Middle Managers

2019/S 150-368496

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union Intellectual Property Office
National registration number: V-03965324
Postal address: Avenida de Europa, 4
Town: Alicante
NUTS code: ES521 Alicante/Alacant
Postal code: 03008
Country: Spain
E-mail: procurement@euipo.europa.eu
Internet address(es):
Main address: https://euipo.europa.eu/ohimportal/en/public-procurement
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=5234
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

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

Assessment Centres for Middle Managers

Reference number: AO/014/19
II.1.2)Main CPV code
79635000 Assessment centre services for recruitment
II.1.3)Type of contract
Services
II.1.4)Short description:

Provision of technical assistance and support for the assessment and selection of candidates to middle managerial functions.

II.1.5)Estimated total value
Value excluding VAT: 250 000.00 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: ES521 Alicante/Alacant
Main site or place of performance:

Avenida de Europa, 4, 03008 Alicante (Alicante), SPAIN.

II.2.4)Description of the procurement:

The purpose of the contract is to provide technical assistance and support in particular by developing and conducting assessment centres for managerial positions, to help selecting managers who possess or have the potential to possess the skills and competencies required to carry out their duties with the highest standards.

Besides, the contractor may be asked to assist the EUIPO in the interviews to be carried out with the selected candidates in order to provide technical expertise and support for the evaluation of the outcome of these interviews and the performance of the candidates.

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
Value excluding VAT: 250 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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.1.2)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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted 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 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 participate
Date: 20/09/2019
Local time: 13:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 07/10/2019
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
Duration in months: 9 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
VI.3)Additional information:

The tender documents will be available for download at the address indicated under Heading I.3. The website will be updated regularly and it is the tenderers' responsibility to check for updates, modifications or answers to questions during the tendering period.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Tribunal General
Postal address: rue du Fort Niedergrünewald
Town: Luxemburg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, PO Box 403
Town: Strasbourg
Postal code: 67001
Country: France
Internet address: http://ombudsman.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.

VI.5)Date of dispatch of this notice:
30/07/2019