next
previous
items

EEA/ADS/07/004 - Framework service contract for the provision of language training to the European Environment Agency

Call For Tender Published 17 Apr 2007

DK-Copenhagen: framework service contract for the provision of language training to the European Environment Agency

2007/S 83-100906

Contract notice

Services


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Soren Nielsen, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.  (45) 33 36 71 49. Fax  (45) 33 36 72 74. E-mail: soren.nielsen@eea.europa.eu.

Internet address(es):

General address of the contracting authority: http://www.eea.europa.eu/.


Further information can be obtained from:

As in above-mentioned contact point(s).


Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:

As in above-mentioned contact point(s).


Tenders or requests to participate must be sent to:

As in above-mentioned contact point(s).

 I.2)
Type of the contracting authority and main activity or activities:  
European institution/agency or international organisation.
Environment.
The contracting authority is purchasing on behalf of other contracting authorities: no.

Section II: Object of the contract
 II.1)
Description
 II.1.1)
Title attributed to the contract by the contracting authority:  
Framework service contract for the provision of language training to the European Environment Agency.
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category No 24.
Main place of performance: near proximity of the EEA offices.
 II.1.3)
The notice involves:  
The establishment of a framework agreement.
 II.1.4)
Information on framework agreement:  
Framework agreement with a single operator.
Duration of the framework agreement: 48 months.
Estimated total value of purchases for the entire duration of the framework agreement: EUR 600 000 excluding VAT.
 II.1.5)
Short description of the contract or purchase(s):  
The services under the framework contract to be awarded shall enhance overall language skills of EEA staff and enable them, in particular, to meet the required level of knowledge of a 3rd language (level A2 of the Common European Framework (CEF) of reference for languages (see Annex 3) until 31.12.2008; level B2 CEF as from 1.1.2009).
Trainers implementing these services must be native in the language they teach and have the required level of professional experience as indicated in 5.2. As English is the common language within the EEA trainers must also be able to give relevant instructions in English.
 II.1.6)
Common procurement vocabulary (CPV):  
80428000.
 II.1.7)
Contract covered by the Government Procurement Agreement (GPA):  
No.
 II.1.8)
Division into lots:  
No.
 II.1.9)
Variants will be accepted:  
No.
 II.2)
Quantity or scope of the contract
 II.2.1)
Total quantity or scope:  
Estimated value: EUR 600 000 excluding VAT.
 II.2.2)
Options:  
No.
 II.3)
Duration of the contract or time-limit for completion:  
48 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:  
As indicated in the draft contract.
 III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them:  
As indicated in the draft contract.
 III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:  
Tenders may be submitted by groups of service providers that if awarded the contract, shall assume a legal form by incorporation, partnership or will otherwise enable them to contract as a single entity. A group of service providers, however, must identify the main contractor, the sole responsible towards the Agency, which will interface between the Agency and the service provider. Each member of the group must fulfil the conditions for participation mentioned in point III.2.
 III.1.4)
Other particular conditions to which the performance of the contract is subject:  
No.
 III.2)
Conditions for participation
 III.2.1)
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:  
Information and formalities necessary for evaluating if requirements are met:
Exclusion criteria — to be eligible for participation in this contract award procedure, tenderers must not be in any of the exclusion situations referred to in articles 93 and 94 of Council Regulation (EC, Euratom) No 1605/2002 of 25.6.2002, OJ L 248 of 16.9.2002. To that effect tenderers are required to submit a declaration of honour (Annex 1 to the technical specifications) in accordance with article 134 of Commission Regulation (EC, Euratom) No 2342/2002 of 23.12.2002, OJ L 357/1 as last amended by (EC, Euratom) No 1248/2006 of 7.8.2006, OJ L 227/13. Under the same provision, the tenderer to whom the contract is to be awarded will be required to produce evidence confirming the prior declaration unless this obligation is waived by the contracting authority.
Legal status — any tenderer or candidate will be asked to prove that he is authorised to perform the contract under national law, as evidenced by inclusion in a trade or professional register, or a sworn declaration or certificate, membership of a specific organisation, express authorisation, or entry in the VAT register.
The tenderer should provide an identification sheet (Annex 2 to the technical specifications) duly filled out and signed, a copy of inscription in trade register, where applicable, and a copy of inscription in VAT registers.
 III.2.2)
Economic and financial capacity:  
Information and formalities necessary for evaluating if requirements are met:
Evidence of economic and financial capacity shall be furnished by 1 or more of the following documents:
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 2 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 operator is established;
c) a statement of overall turnover for the last 3 financial years.
If, for some exceptional reason, which the contracting authority considers justified, the tenderer or candidate is unable to provide the references requested by the contracting authority, he may prove his economic and financial capacity by any other means which the contracting authority considers appropriate.
 III.2.3)
Technical capacity:  
Information and formalities necessary for evaluating if requirements are met:
The evidence of the technical and professional capacity should be furnished on the basis of the following documents:
a) the educational and professional qualifications of the service provider in particular, those of the persons responsible for providing the services. CVs of the staff proposed must be included, 1 per teacher and language (Danish, English, French, German, Italian, Spanish and Swedish) + 1 per substitute and language (Danish, English, French, German, Italian, Spanish and Swedish). A minimum of 3 years' teaching experience as well as proof of English at advanced level (level C1, C2 CEF) are required;
b) a list of the principal services provided in the past 3 years, with the sums, dates and recipients, public or private;
c) an indication of the proportion of the contract which the service provider may intend to subcontract.
 III.2.4)
Reserved contracts:  
No.
 III.3)
Conditions specific to services contracts
 III.3.1)
Execution of the service is reserved to a particular profession:  
No.
 III.3.2)
Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
Award criteria
 IV.2.1)
Award criteria:  
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document.
 IV.2.2)
An electronic auction will be used:  
No.
 IV.3)
Administrative information
 IV.3.1)
File reference number attributed by the contracting authority:  
EEA/ADS/07/004.
 IV.3.2)
Previous publication(s) concerning the same contract:  
No.
 IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document:  
Time-limit for receipt of requests for documents or for accessing documents: 29.5.2007 (16:00).
Payable documents: no.
 IV.3.4)
Time-limit for receipt of tenders or requests to participate:  
8.6.2007 (16:00).
 IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up:  
Bulgarian, Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Icelandic, Irish, Italian, Latvian, Lithuanian, Maltese, Norwegian, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish and Turkish.
 IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:  
6 months (from the date stated for receipt of tender).
 IV.3.8)
Conditions for opening tenders:  
15.6.2007 (11:00).
Place: EEA offices.
Persons authorised to be present at the opening of tenders: yes.
Representatives of the tenderers (1 per tenderer) are allowed to participate in the opening session. They are requested to inform in advance Mr Soren Nielsen by email: soren.nielsen@eea.europa.eu or by fax (45) 33 36 72 74.

Section VI: Complementary information
 VI.1)
This is a recurrent procurement:  
No.
 VI.2)
Contract related to a project and/or programme financed by EU funds:  
No.
 VI.3)
Additional information:  
Tender documents can be downloaded from EEA web page, at: http://www.eea.europa.eu/tenders/calls-for-tenders/open.
 VI.4)
Procedures for appeal
 VI.4.1)
Body responsible for appeal procedures:  
Court of First Instance of the European Communities (insofar as the CFI has jurisdiction), boulevard Konrad Adenauer, L-2925 Luxembourg. Tel. (352) 43 03-1. Fax (352) 43 37 66. E-mail: CFI.Registry@curia.europa.eu. URL: http://curia.europa.eu.

Body responsible for mediation procedures:

The European Ombudsman, 1, avenue du Président Robert Schuman, F-67001 Strasbourg Cedex. Tel. (33-3) 88 17 23 13. Fax (33-3) 88 17 90 62. E-mail: euro-ombudsman@europarl.europa.eu. URL: http://www.euro-ombudsman.europa.eu.

 VI.4.2)
Lodging of appeals:  
Precise information on deadline(s) for lodging appeals:
Insofar as the Court of First Instance has jurisdiction, within 2 months of the notification to the plaintiff (date of receipt), or, in the absence thereof, the day on which the person concerned had knowledge of the relevant information; a complaint to the European Ombudsman has no impact on the above deadline for lodging an appeal.
 VI.4.3)
Service from which information about the lodging of appeals may be obtained:  
Court of First Instance of the European Communities (insofar as the CFI has jurisdiction), boulevard Konrad Adenauer, L-2925 Luxembourg. Tel. (352) 43 03-1. Fax (352) 43 37 66. E-mail: CFI.Registry@curia.europa.eu. URL: http://curia.europa.eu.
 VI.5)
Date of dispatch of this notice:  
17.4.2007.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet

Annex III - Common European Framework of references for Languages


Troubles in downloading the PDF-files?

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

Permalinks

Document Actions