Services - 421527-2018

28/09/2018    S187

Denmark-Copenhagen: Provision of interim staff for the European Environment Agency (EEA)

2018/S 187-421527

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Environment Agency
Postal address: Kongens Nytorv 6
Town: Copenhagen
NUTS code: DK011 Byen København
Postal code: 1050
Country: Denmark
Contact person: Karoline Rygaard
E-mail: procurement@eea.europa.eu
Telephone: +45 33367220
Fax: +45 33367199
Internet address(es):
Main address: http://www.eea.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=4078
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=4078
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
Environment

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 code
79621000 Supply services of office personnel
II.1.3)Type of contract
Services
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 value
Value excluding VAT: 1 500 000.00 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: 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 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: 1 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: 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 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:

As specified in sections 2.2.2.1 of the tender specifications.

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 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: 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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 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 recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic 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.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
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
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: eo@ombudsman.europa.eu
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa.eu
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: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
21/09/2018