next
previous
items

EEA/CAF/04/009 - Evaluation of EEA products and services through polling surveys

Call For Tender Published 15 Nov 2004

DK-Copenhagen: evaluation of EEA products and services through polling surveys

2004/S 230-197676

Contract notice

Services

Is this contract covered by the Government Procurement Agreement (GPA)? No


Section I: Contracting authority

I.1)

Official name and address of the contracting authority:  European Environment Agency, Att.: Mr Gorm Dige, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: 45 33 36 71 41. Fax: 45 33 36 72 93. E-mail: gorm.dige@eea.eu.int. URL: http://org.eea.eu.int/tenders.

I.2)

Address from which further information can be obtained:  As in I.1.

I.3)

Address from which documentation may be obtained:  As in I.1.

I.4)

Address to which tenders/requests to participate must be sent:  As in I.1.

I.5)

Type of contracting authority:  EU institution.


Section II: Object of the contract

II.1)

Description
II.1.1)

Type of works contract (in case of works contract)
II.1.2)

Type of supplies contract (in case of supplies contract)
II.1.3)

Type of service contract (in case of service contract):  Service category 10.

II.1.4)

Is it a framework agreement?  Yes.

II.1.5)

Title attributed to the contract by the contracting authority:  Evaluation of EEA products and services through polling surveys.

II.1.6)

Description/object of the contract: Evaluation of selected EEA products and services through polling surveys (telephone and face-to-face interviews). Target groups to be addressed include staff members of the European Commission and European Parliament, members of the European Commission and European Parliament, politicians and civil servants in EEA member countries, research institutions and academia, non-governmental organisations, the business world, and the general public.

II.1.7)

Site or location of works, place of delivery or performance:  The work will be carried out at the contractor's premises in regular contact with the relevant EEA project manager.
NUTS code: DK001.

II.1.8)

Nomenclature
II.1.8.1)

Common Procurement Vocabulary (CPV):  74130000.

II.1.8.2)

Other relevant nomenclature (CPA/NACE/CPC)
II.1.9)

Division into lots:  No.

II.1.10)

Will variants be accepted? (where applicable):  No.

II.2)

Quantity or scope of the contract
II.2.1)

Total quantity or scope
II.2.2)

Options. Description and time when they may be exercised
II.3)

Duration of the contract or time limit for completion:  24 months (from the award of the contract).


Section III: Legal, economic, financial and technical information

III.1)

Conditions relating to the contract
III.1.1)

Deposits and guarantees required (if applicable)
III.1.2)

Main terms of financing and payment and/or reference to the relevant provisions (if applicable):  See tender documents.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded (if applicable)
III.2)

Conditions for participation
III.2.1)

Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required
III.2.1.1)

Legal position - means of proof required:  
a) Legal identification sheet (see tender documents).
b) Copy of inscription in trade register, where applicable.
c) Copy of inscription in VAT register.

III.2.1.2)

Economic and financial capacity - means of proof required:  
a) appropriate statements from banks or evidence of professional risk indemnity insurance;
b) the presentation of balance sheets or extracts from balance sheets for at least the last two years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operation is established;
c) a statement of overall turnover and turnover concerning the services covered by the contract during a period which may be no more than the last three financial years.

III.2.1.3)

Technical capacity - means of proof required:  
a) A list of comparable services and projects performed over recent years.
b) Detailed CVs of the tenderer, in particular those of the person or persons responsible for providing the services. Tenderers from consortiums shall specify the role, qualifications and experience of each member or group.
c) Information on the tenderer's working languages and proof of the tenderer's ability to submit edited reports in English.
d) An indication of the proportion of the contract which the tenderer may intend to subcontract.

III.3)

Conditions specific to services contracts
III.3.1)

Is provision of the service reserved to a specific profession?  No.

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for execution of the contract?  Yes.


Section IV: Procedure

IV.1)

Type of procedure:  Open.

IV.1.1)

Have candidates already been selected?
IV.1.2)

Justification for the choice of accelerated procedure
IV.1.3)

Previous publication concerning the same contract
IV.1.3.1)

Prior information notice concerning the same contract:  
IV.1.3.2)

Other previous publications
IV.1.4)

Envisaged number of suppliers which will be invited to tender
IV.2)

Award crieria:  The most economically advantageous tender in terms of criteria as stated in contract documents.

IV.3)

Administrative information
IV.3.1)

Reference number attributed to the file by the contracting authority:  EEA/CAF/04/009.

IV.3.2)

Conditions for obtaining contractual documents and additional documents
IV.3.3)

Time-limit for receipt of tenders or requests to participate:  05.01.2005.
Time (where applicable): 16.00.

IV.3.4)

Dispatch of invitations to tender to selected candidates
IV.3.5)

Language or languages in which tenders or requests to participate can be drawn up:  English.

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender:  6 months from the deadline stated for receipt of tenders.

IV.3.7)

Conditions for opening tenders
IV.3.7.1)

Persons authorized to be present at the opening of tenders (where applicable):  European Environment Agency's representatives and one representative of each tenderer. Representatives of tenderers who wish to attend the opening are requested to inform Mr Gorm Dige by separate mail.

IV.3.7.2)

Date, time and place:  Date: 12.1.2005. Time: 14.00.
Place: European Environment Agency.


Section VI: Other information

VI.1)

Is this notice a non-mandatory one?  No.

VI.2)

If applicable, indicate whether this procurement is a recurrent one and the estimated timing for further notices to be published
VI.3)

Does the contract relate to a project/programme financed by EU funds?  No.

VI.4)

Additional information (if applicable):  Grounds for inclusion: the tenderers shall submit an auto-declaration form (Annex III of the tender documents) confirming that they are not in any of the situations listed in the form and that consequently, they are eligible to tender. Additional evidence may be requested at a later stage prior to signature of the contract.

VI.5)

Date of dispatch of this notice:  15.11.2004.



Download


Annex I - Procedure for submitting a tender

Annex II - Technical Specifications

Annex III - Identification sheet

Annex IV - Draft Framework Contract

Annex V - General terms and conditions

Annex VI - Draft specific agreement

Annex VII - Reimbursement of travel expenses

Annex VIII - Declaration on Exclusion Criteria

Annex IX - Checklist


Troubles in downloading the PDF-files?

If you're having troubles in downloading the PDF-files, please visit our trouble shooting page.



There are currently no items in this folder.

Permalinks

Document Actions