Legal Basis:
Directive 2014/24/EU
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 following address:
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Delivery of Computer based tests (CBT) in EU staff selection process
Reference number: EPSO/PR/2016/049
II.1.2)Main CPV code79635000 Assessment centre services for recruitment
II.1.3)Type of contractServices
II.1.4)Short description:
The tendering procedure will result in two framework contracts (1 per lot) to assist the European Personnel Selection Office (EPSO) in staff selection procedures on behalf of EU institutions by:
— delivering computer-based tests (CBT) - multiple choice and essay type, and,
— delivering internet based testing (IBT) - unproctored, locally and remotely proctored.
EPSO's use of computer-based testing method of delivering exams has significantly developed over the years, not only when it comes to the test content /test types, but also as far as the exam delivery process is concerned, with a wider geographical coverage of candidates’ population (worldwide testing) and online testing (internet based testing).
More details are provided in the relevant sections below for each lot.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
II.2)Description
II.2.1)Title:
Delivery of computer-based tests (multiple choice and essay type)
Lot No: 1
II.2.2)Additional CPV code(s)79635000 Assessment centre services for recruitment
79600000 Recruitment services
79512000 Call centre
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Global network of testing centres (worldwide) and Brussels (Belgium).
II.2.4)Description of the procurement:
Lot 1 covers the organisation and delivery of “classical” computer-based tests via a global network of testing centres. These typically consist of a series of multiple-choice and essay type tests of different length delivered in the test centres’ network provided by the contractor. This lot will also cover the delivery of E-trays. The test content is provided by EPSO. See internet address provided in Section I.3 for details.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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: yes
Identification of the project: EU administrative appropriations.
II.2.14)Additional information
See internet address provided in Section I.3.
II.2)Description
II.2.1)Title:
Internet-based testing (IBT)
Lot No: 2
II.2.2)Additional CPV code(s)79635000 Assessment centre services for recruitment
79600000 Recruitment services
48220000 Internet and intranet software package
48190000 Educational software package
79512000 Call centre
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Contractor's premises (internet based) and EU institutions' premises.
II.2.4)Description of the procurement:
Lot 2 covers the delivery of IBT via an on-line testing platform for candidates. Internet-based testing will be used by EPSO for different purposes:
— as self-selection/self-assessment tool for potential candidates (unproctored),
— as a platform to deliver locally proctored IBT exams in EU institutions' premises,
— as a platform to deliver remotely proctored tests.
The test content will be provided by EPSO.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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: yes
Identification of the project: EU administrative appropriations.
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 procedureRestricted 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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 29/01/2018
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: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)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.3)Additional information:
See internet address provided in Section I.3.
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:08/12/2017