Services - 387874-2018

06/09/2018    S171

Malta-Valetta: Provision of interim Services for EASO in Italy

2018/S 171-387874

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Asylum Support Office
National registration number: N/A
Postal address: MTC Block A, Winemakers Wharf, Grand Harbour
Town: Valetta
NUTS code: MT0 MALTA
Postal code: MRS 1917
Country: Malta
E-mail: contracts@easo.europa.eu
Telephone: +356 22487500
Internet address(es):
Main address: www.easo.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=4009
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
Other activity: Asylum

Section II: Object

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

Provision of interim Services for EASO in Italy

Reference number: EASO/2018/681
II.1.2)Main CPV code
79620000 Supply services of personnel including temporary staff
II.1.3)Type of contract
Services
II.1.4)Short description:

EASO seeks to conclude framework contracts in cascade for the provision of interim services for its offices in Italy.

II.1.5)Estimated total value
Value excluding VAT: 50 000 000.00 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: IT ITALIA
II.2.4)Description of the procurement:

EASO seeks to conclude framework contracts in cascade for the provision of interim services for its offices in Italy. The contractors will be requested to make available to EASO interim staff for a pre- defined timeframe and in line with the required competency profiles.

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: 50 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

The FWC is renewed automatically 3 times for 12 months each, up to a maximum of 48 months in total, unless written notification to the contrary is sent by one of the parties and received by the other 3 months before expiry of the contractual period.

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
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 several operators
Envisaged maximum number of participants to the framework agreement: 3
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: 08/10/2018
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, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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)
IV.2.7)Conditions for opening of tenders
Date: 15/10/2018
Local time: 10:00
Place:

European Asylum Support Office (EASO)

MTC Block A, Winemakers Wharf,

Grand Harbour Valetta, MRS 1917, Malta

Information about authorised persons and opening procedure:

One authorised representative of each tenderer may attend the opening of the bids as observer. Companies wishing to attend are requested to notify their intention at least 2 working days in advance by a letter of notification to the following e-mail address: contracts@easo.europa.eu.

Section VI: Complementary information

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

EASO reserves the right to increase by no more than 50 % the estimated value of the FWCs, in accordance with Article 85 of the EASO Financial Regulation and Article 134(1)(e) of the RAP. In such cases, EASO and the successful tenderer shall use a negotiated procedure without prior publication of a contract notice for new services consisting in the repetition of similar services entrusted to the economic operator awarded the initial contract by EASO.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4302-2100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

If you believe that an incident of maladministration has occured, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu).

Any request you may make and any reply from the contracting authority, or any complaint for maladministration, will have neither the purpose nor the effect of suspending the time-limit for lodging an action for annulment of the present decision, which must be done within 2 months of notification of this letter. The court responsible for hearing annulment procedures is the General Court of the European Union.

VI.5)Date of dispatch of this notice:
30/08/2018