Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Environment Agency
Postal address: Kongens Nytorv 6
Town: Copenhagen
NUTS code:
DK011 Byen KøbenhavnPostal code: 1050
Country: Denmark
Contact person: Karoline Rygaard
E-mail:
procurement@eea.europa.euTelephone: +45 33367220
Fax: +45 33367199
Internet address(es): Main address:
http://www.eea.europa.eu/ 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 activityEnvironment
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of interim staff for the European Environment Agency (EEA)
Reference number: EEA/ADS/18/012
II.1.2)Main CPV code79621000 Supply services of office personnel
II.1.3)Type of contractServices
II.1.4)Short description:
The EEA may need interim staff, as a complement to its statutory staff, for the following reasons:
— to replace staff absent because of maternity leave, extended sick leave or other reasons,
— to cope with peak periods which require additional workforce for a fixed period of time,
— to carry out, on a temporary basis, tasks which require specific competencies which are not available within the EEA.
By launching this call for tenders, the EEA seeks to contract an employment agency who can provide interim staff within a reasonable timeframe and in line with the requested professional profiles.
II.1.5)Estimated total valueValue excluding VAT: 1 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: DK011 Byen København
Main site or place of performance:
Services will be delivered at the EEA premises in Copenhagen (intra-mural services). Occasionally services will have to be provided outside the EEA premises, but then always in Copenhagen.
II.2.4)Description of the procurement:
Upon request from the EEA, the selected contractor is expected to provide interim staff for the following frame of activities:
— secretarial support,
— filing and archiving,
— general administrative support,
— facilities assistance,
— support to the organisation of meetings, conferences and events,
— drafting of correspondence and editing of documents,
— public procurement support,
— data input and financial assistance.
Remark: the list above is not exhaustive and is merely indicative of the type of assignments likely to arise.
The EEA requires 2 types of profiles for interim staff:
1) Secretary and
2) Assistant (administrative/financial/communication). The tasks and job description within each of the 2 profile types may differ slightly.
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: 1 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The successful tenderer will be awarded a framework service contract for an initial period of 24 (twenty four) months, starting from the date of signature, with the possibility of maximum 2 (two) renewals for a period of 12 (twelve) months each.
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:
As specified in sections 2.2.2.1 of the tender specifications.
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
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 systemThe 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 participateDate: 07/11/2018
Local time: 14:00
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 09/11/2018
Local time: 10:00
Place:
EEA premises at Kongens Nytorv 6, 1050 Copenhagen K, Denmark.
Information about authorised persons and opening procedure:
Representatives of tenderers (1 per tenderer) are allowed to participate in the opening session. They are requested to inform the EEA's procurement services in advance and at the latest by 07.11.2018 by e-mail to procurement@eea.europa.eu
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
Tenderers can download the procurement documents and any additional information from the e-tendering website: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4078
This website will be updated regularly and it is the tenderer's responsibility to check for updates and modifications during the tendering period.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:21/09/2018