tender specifications attached to the ......base ons si pean o nond the dece287/ eu 1 or i i s...
TRANSCRIPT
Tender specifications
Page 1 of 53
TENDER SPECIFICATIONS ATTACHED TO
THE INVITATION TO TENDER
No. EASME/COSME/2014/001 for a service contract relating to:
"Competitiveness of EU construction sector
- Observatory"
Open procedure
Closing date: 30.09.2014
Specifications No EASME/COSME/2014/001
Tender specifications
Page 2 of 53
TABLE OF CONTENTS
1. Introduction .......................................................................................... 5
2. Background information and context .................................................... 5
2.1 The construction Action plan ................................................................. 5
2.2. Legal basis and policy context ............................................................. 6
2.3 Opportunities for Small and Medium sized Enterprises ......................... 6
3. Aim of the tender .................................................................................. 7
4. Scope and description of the tender ...................................................... 7
4.1 General issues ....................................................................................... 7
4.2 Specific Tasks ....................................................................................... 9
Work package 1: Development of a methodology and production of country profiles......... 9
Work package 2: Selection and production of fact sheets on national and/or regional
policy measures ....................................................................................................................... 10
Work package 3: Preparation of analytical reports ............................................................... 12
Work package 4: Promotion of the analysis results and dissemination activities ................ 13
4.3 Performance Indicators ...................................................................... 16
5. Starting date of the contract and duration of the tasks ....................... 16
6. Place of Performance .......................................................................... 17
7. Period of validity of the tenders .......................................................... 17
8. Volume of the contract ........................................................................ 17
9. Reporting ............................................................................................ 18
10. Planning and deliverables ................................................................. 19
11. Date and place of opening of tenders ................................................ 19
12. Terms of Payments ........................................................................... 20
13. General terms and conditions for the submission of tenders............. 20
14. No obligation to award the contract .................................................. 21
Tender specifications
Page 3 of 53
15. Subcontracting .................................................................................. 21
16. Joint Offers ....................................................................................... 21
17. Form and Content of the tender ........................................................ 22
17.1 How to submit a tender ..................................................................... 23
17.2 Structure of the tender ..................................................................... 23
17.2.1 Section One: Administrative proposal ........................................................................ 23
17.2.2 Section Two: Technical proposal ................................................................................. 24
17.2.3 Section Three: Financial proposal ............................................................................... 25
18. Evaluation and award of contract ...................................................... 26
18.1 Exclusion criteria (Article 106 of the Financial Regulation) ............... 26
18.2 Selection criteria ............................................................................... 29
18.3 Award criteria ................................................................................... 33
19. Information for tenderers ................................................................. 35
20. Award of the contract ....................................................................... 35
21. Annexes ............................................................................................ 36
Annex 1: Identification of the tenderer ..................................................... 37
Annex 2: Declaration by the tenderer ....................................................... 39
Annex 3: Simplified financial statement .................................................... 42
Annex 4: Financial overview template ...................................................... 43
Annex 5: Subcontractor's letter of intent EASME/COSME/2014/001 ........ 44
Annex 6: Power of attorney ...................................................................... 45
Annex 7: Checklist of documents to be submitted ..................................... 49
Annex 8: Financial Identification Form ..................................................... 50
Tender specifications
Page 4 of 53
Annex 9: Legal Entity Form ....................................................................... 51
Annex 10: European Curriculum Vitae Format .......................................... 52
Tender specifications
Page 5 of 53
1. INTRODUCTION
The EASME1, acting under powers delegated by the European Commission, is
launching this call for tenders for setting up the European Construction
Observatory.
The main activities shall consist in producing country profiles, fact sheets about
national or regional policy measures, analytical reports and in promoting the latter
outcomes.
The EASME intends to conclude a contract with one tenderer (hereby "the service
provider") that will perform the activities stated above.
2. BACKGROUND INFORMATION AND CONTEXT
2.1 THE CONSTRUCTION ACTION PLAN
Given the importance of the construction sector for the EU economy, as well as its
role in the achievement of some critical climate, environmental and energy-related
objectives, the Commission adopted in July 2012 a Communication and Action Plan,
commonly called “Construction 2020”.
The key objectives of Construction 2020 are:
1. Stimulating favourable investment conditions
2. Improving the human-capital basis of the construction sector
3. Improving resource efficiency, environmental performance and business
opportunities
4. Strengthening the Internal Market for construction
5. Fostering the global competitive position of EU construction enterprises
Construction 2020 aims at linking various initiatives at EU, national and industry
levels from both a thematic and strategic perspective. This would lead to more
favourable investment conditions by blending various financial instruments for
energy efficiency renovation and infrastructure maintenance. In parallel, the
strategy will allow authorities and the sector to anticipate meeting the needs for a
stronger human capital base and for attractive working conditions in the sector. Not
least, Construction 2020 will facilitate the development at EU level of a common
assessment framework for sustainability which would ensure a proper functioning of
the Internal Market for construction products and services.
1 Executive Agency for Small and Medium-sized Enterprises.
Tender specifications
Page 6 of 53
The Action Plan proposes measures to stimulate investment in building renovation,
especially for energy efficiency improvements, as well as in the maintenance of
existing infrastructure. Moreover, it suggests actions to address the significant
shortfall of qualified workers, the poor attractiveness of the sector to young people
and the ageing of the workforce. In addition, a number of measures are proposed
to improve the functioning of the Internal Market of construction products and
services, in particular regarding the conciliation of the requirements of
environmental sustainability with EU product and services legislation related to the
sector. Finally, the Action Plan looks at fostering the global competitiveness position
of EU construction enterprises.
In order to create synergies and maximise the impact of various actions at EU,
national and sectorial levels, there is a need for the latest analytical evidence of
market conditions and policy developments. This analytical support should not only
raise awareness of existing or planned policy measures but also help to understand
why and how these measures have been developed, what are the impacts on
construction business development and job creation, and how the experience
gained could be potentially transferred.
The observatory should help to develop this analytical support. It builds on previous
studies of the sustainable competitiveness of the construction sector and should be
seen as a complementary tool to other research work carried out by the European
Commission (EC), networks such as Euroconstruct, sector organisations like the
European Construction Industry Federation (FIEC), etc.
2.2. LEGAL BASIS AND POLICY CONTEXT
The present call for tenders is based on the Decision No 1287/2013 of the European
Parliament and of the Council of 22 January 2014 establishing a Competitiveness
and SMEs Programme (hereby "COSME"), covering the period between 2014 to
20202.
More specifically, the call refers to the Construction 2020 Action Plan3.The European
Construction Observatory will provide European policy makers and stakeholders
with regular analysis and comparative assessments of the market conditions and
policy developments related to the construction sector in EU-28 with respect to the
different elements of the Construction 2020 Action Plan.
2.3 OPPORTUNITIES FOR SMALL AND MEDIUM-SIZED ENTERPRISES
The Directorate General for Enterprise and Industry has the task to promote
opportunities for Small and Medium sized Enterprises (SMEs) and is aiming in its
activities to facilitate the activities of SMEs. In this context, SMEs are particularly
encouraged to submit tenders either on their own if feasible or by constituting a bid
using either of the options mentioned in paragraphs 15 and 16.
2 Regulation No 1287/2013 of the European Parliament and of the Council, establishing a Programme for
the Competitiveness of Enterprises and small and medium-sized enterprises (hereinafter "the COSME
Regulation"). 3 Communication COM (2012) 433 final of 31.07.2012, «Strategy for the sustainable competitiveness of
the construction sector and its enterprises».
Tender specifications
Page 7 of 53
The Enterprise Europe Network provides advice on tender opportunities and
training in relation to procurement, which may be of assistance to newly initiated
tenderers. Please refer to the following web-site for further details:
http://www.enterprise-europe-network.ec.europa.eu/services/advice-eu-law-and-
standards
The Commission has further published a brochure on "Doing business with the
European Commission – Tips for potential contractors":
http://ec.europa.eu/budget/library/biblio/publications/business/doing_business_en.
3. AIM OF THE TENDER
The European Construction Observatory will provide European policy makers and
stakeholders with regular analysis and comparative assessments of the market
conditions and policy developments related to the construction sector in EU-28 with
respect to the different elements of the Construction 2020 Action Plan4.
The analysis and evaluations will support the exchange of experience between
Member States and stakeholders regarding the definition, implementation,
monitoring and assessment of the impact of policy measures related to
competitiveness of construction enterprises, including the engagement with
sustainable development objectives. The Observatory should be seen as a
complementary tool to existing instruments at international, European and national
levels, e.g. the statistics produced by EUROSTAT5, the construction market analysis
and forecasts produced by EUROCONSTRUCT6 and FIEC7, etc.
The ultimate objective of the Observatory is to support the European construction
industry and related services.
4. SCOPE AND DESCRIPTION OF THE TENDER
4.1 GENERAL ISSUES
Geographical scope: The service to be delivered will cover the EU Member States.
Languages: All services must be implemented in high level quality English.
4 See previous footnote. 5 For example,
http://epp.eurostat.ec.europa.eu/statistics_explained/index.php/Construction_production_(volume)_ind
ex_overview
6 http://www.euroconstruct.org/publications/publications.php
7 For example: http://www.fiec.eu/en/library-619/statistical-report.aspx
Tender specifications
Page 8 of 53
For the purpose of this service contract, the tasks are divided into 4 work packages
(WP). The main deliverables will be:
• WP1: the preparation and regular update of individual country profiles for
each Member State of the EU-28 regarding the market conditions and trends
as well as national/regional strategies related to the five thematic priorities
of Construction 2020;
• WP2: the preparation and regular update of 60-80 fact sheets on individual
national and/or regional policy measures related to the thematic priorities of
Construction 2020, identifying the process of implementation and
monitoring, the likely socio-economic effects on the various actors in the
construction sector and the environmental impacts on society;
• WP3: the preparation of semi-annual analytical reports based on the
individual country profiles and fact sheets, and other relevant sources, which
clearly identify issues and formulate policy recommendations with respect to
the socio-economic and environmental performance of the construction
sector;
• WP4: the development and regular update of dedicated web pages for
Europa (i.e. preparing all materials ready to be uploaded in accordance with
EC communications guidelines) on the results of the above WPs and the
promotion of these web pages.
All deliverables should be prepared, performed and delivered in English, which is
also the working language for the implementation of this service contract. However,
the service provider should have the capacity of dealing with information existing in
any official language of the European Union, which is relevant for the purpose of
the contract.
Volume of delivery: the contract for which this tender has been launched will be
established for the duration of one year. Based on the evaluation of the service
provider's performance vis-à-vis the indicators of paragraph 4.3, the contract may
be subject to two renewals.
During the first year, the Contractor will define the methodology necessary to
gather information at national level, to undertake the analytical work and to
develop/maintain the webpages and their promotion. In addition, the service
provider will test and validate the methodology with the preparation of several
deliverables, the webpages and the dissemination strategy.
Deliverable Volume year 1 Volume year 2 Volume year 3
Country profiles 10 18 new, 10
updates
28 updates
Fact sheets 20 25 25 to 35
Analytical report 1 6 6
Leaflet 1 1 update 1 update
Tender specifications
Page 9 of 53
4.2 SPECIFIC TASKS
Work package 1: Development of a methodology and production of country profiles
The objective of WP1 is to prepare and regularly update a country profile for each
Member State of the EU-28 regarding the market conditions and trends, and
national/regional strategies related to the five thematic priorities of Construction
2020.
For the purpose of this contract, the construction sector is defined according to the
NACE Rev. 2 statistical classification of economic activities in the European
Community and includes the following subsectors:
• Manufacturers of construction products and components, including wholesale;
• On-site construction: construction of buildings, civil engineering and specialised
construction activities;
• Professional construction services, including architects, engineers, building
inspection and surveying;
• Real estate services.
Task 1.1: Development of a methodology for gathering information
The service provider should define a format of the country profile and develop a
methodology which should ensure a regular collection, updating and quality control
of information and data that is comparable across the EU-28. Information will cover
among others the market conditions and competitive pressures on various market
segments (e.g. residential, non-residential, infrastructure, competition with
international market actors); trends in productivity, profitability and consolidation in
construction employment; employment (e.g. profession, age, gender) and the level
of skills in construction enterprises; the access to finance and delays of payment;
investments in R&D; innovative trends in the construction value chain;
developments towards more resource efficient products, buildings and construction
services; the cost of energy and raw materials; insurance and liability related
matters; the national/regional regulatory framework, etc. The information related
to the national strategies shall describe the focus of these strategies with respect to
the thematic priorities of Construction 2020 and the most significant measures
which are in place or under development.
The service provider will provide in the bid a preliminary typology of the information
to be gathered and the sources to be used8. In addition, the service provider will
describe and justify in the bid the approach to be followed in order to validate the
format of country profile and to gather, update and control the quality of the
8 Sources may change over time: the Contractor shall take care that they stay appropriate.
Tender specifications
Page 10 of 53
information. Both proposals will be revised in the inception report. Typically, a
country profile will be a 5 -10 pages document with appropriate graphs, diagrams
and tables, excluding possible annexes.
Task 1.2: Production of the country profiles
During the first six-month period of the contract, the service provider will finalise
the format and prepare 5 pilot country profiles. These deliverables will be reviewed
in a meeting between the service provider and the Commission services before
proceeding with the remaining country profiles. A first complete set of 10 country
profiles should be available at the end of the first year. The service provider will
prepare and update a complete set of 28 country profiles during the second and the
third years of the project, while also keeping previous profiles up-to-date.
Work package 2: Selection and production of fact sheets on national and/or
regional policy measures
The objective of WP2 is to produce and regularly update 60-80 fact sheets on
individual national and/or regional policy measures related to the five thematic
priorities of Construction 2020.
Policy measures could cover for instance legislative measures such as introducing
environmental criteria/life cycle approach in public procurement or drafting a
construction law aiming at simplifying administrative procedures and introducing
principles for sustainable construction; support schemes for renovation/energy
efficiency in the form of grants, loans, third party financing, performance
contracting; fiscal measures, which could be in the form of VAT reduction on e.g.
energy efficient technologies; partnerships between the construction industry and
vocational education and training providers to support skills development and skills
certification schemes; public-private partnership initiatives to promote R&D,
innovation and clustering at regional level; etc.
The service provider should define a methodology for the selection of appropriate
policy measures, the collection and regular update of relevant information, the
analysis of the information and the production of fact sheets. The final selection of
policy measures will be agree with the Commission services and will take into
account possible overlaps with other parallel work of the Commission, especially in
the field of energy efficiency and renewable energy sources9.
Task 2.1: Selection of policy measures
The service provider will describe and justify in the bid the approach to be followed
for the selection of appropriate policy measures across the EU. This approach will
be revised in the inception report. The selected measures should cover most
significant market trends and policy developments related to the construction sector
taking into account:
9 For instance with respect to the Build Up Skills initiative, the Build Up portal, etc.
Tender specifications
Page 11 of 53
• A balanced geographical coverage across the EU-28;
• A balanced market segment coverage (residential, non-residential,
infrastructure);
• A balanced coverage of the 5 thematic priorities of the Construction 2020
Action Plan;
• The links between specific measures with EU instruments and/or various
sources of public-private financing;
• The potential transferability of the experience gained from the specific
measure to EU level initiatives.
During the implementation of the project, the criteria may be revised in agreement
with the Commission in order to respond to new EU policy developments and
progress with the Construction 2020 Action Plan.
After having validated the selection methodology, the service provider will submit
at the beginning of each six-month period a list of 30-40 possible candidate
measures with a concise description and justification of each proposed measure.
The final selection will be decided in agreement with the Commission. During the
first year, the service provider will produce 20 consolidated fact sheets. Another 40
-60 fact sheets will be produced during the second and third years of the project,
while also ensuring that previous ones stay –to-date (links, contact details, data,
results, etc).
Task 2.2: Collection and update of information
The information to be gathered should provide an accurate overview of the scope of
the measures in terms of budgetary commitments and actual public investments,
policy areas, policy instruments, beneficiaries, duration of the measures, number of
loans/grants, number of projects undertaken, etc. It should also outline the
complementary elements of the national/regional measures with EU legal acts and
financing, in particular from the European Structural and Investment Funds, as well
as financial instruments of the European Investment Bank and/or the European
Bank for Reconstruction and Development.
The service provider should explain in the bid the rationale of the different sources
and methods that will be used for gathering the information (implementing agency,
financial institutions, auditors, sector organisations, beneficiaries, literature,
statistical databases, desk research, interview, etc.) and the frequency of data
collection. The approach will be revised in the inception report.
The service provider should ensure bringing together a team with very good
knowledge of the respective national/regional institutional, socio-economic and
sectorial environment surrounding the policy measures.
Task 2.3: Analysis of the information
The analysis should explain:
• how the policy measures have been defined and developed (in which policy
context/landscape? what other policies were considered? what were the
barriers/drivers considered?) and the likely impacts assessed;
• what monitoring mechanisms have been put in place;
Tender specifications
Page 12 of 53
• if some adjustments were necessary;
• whether any ex-post assessment has been undertaken;
• if “exit” strategies have been anticipated and/or implemented.
The analysis should identify the likely effects and/or impact of the policy measures
according to a set of core impact indicators, in particular with respect to business
and skills development, job creation in construction and in related industries,
innovation trends, international market access, resource efficiency, etc. It should
also explain the transferability opportunities and possible limitations for scaling up
the potential of the measure across the EU.
The service provider should propose and justify during the first six months of the
project the rationale of a set of 6-10 core indicators, which are in line with the
Europe 2020 targets10, and present a methodology for collecting relevant data and
for quality control.
Task 2.4: Fact sheets
• The service provider should define in the bid a template for presenting a single
fact sheet on a policy measure. This template will be revised in the inception
report.
If relevant, different templates may be proposed depending on the different subject
of the policy measures.
• Typically, each fact sheet will be a 2-3 pages document presenting both factual
information and analytical elements related to a policy measure, as explained
beforehand, with appropriate graphs, diagrams and tables.
Work package 3: Preparation of analytical reports
The scope of WP3 is to prepare on a regular basis analytical reports on market
conditions and trends as well as policy strategies at national/regional level with
respect to each thematic priority of Construction 2020. A proposed structure for an
individual analytical report should be provided in the tender and revised in the
inception report.
Each thematic report will summarise and analyse the elements of the national
country profiles and of the fact sheets on individual policy measures in a given six-
month period. The reports will also include appropriate references to literature and
academic works, national and international policy documents (e.g. EC, Organisation
for Economic Co-operation and Development, International Energy Agency, etc.)
and other sources relevant to the topic at the time of writing.
Moreover, each analytical report will formulate clear and appropriate policy
responses and recommendations in the light of the identified trends, practices and
models, lessons learned and existing socio-economic and policy contexts.
10 http://ec.europa.eu/europe2020/europe-2020-in-a-nutshell/targets/index_en.htm
Tender specifications
Page 13 of 53
Each report will include an executive summary at the beginning as well as the
summaries of the national profiles and of the case studies in annex.
In the first year, the service provider will prepare one analytical report for 10
countries, in compliance with what is indicated at task 1.2 of paragraph 4.2 Specific
Tasks. Two additional annual analytical reports will be delivered during the rest of
the project covering EU-28.
Work package 4: Promotion of the analysis results and dissemination activities
The service provider will develop a webpage which will include among others
regular thematic reports on market conditions and developments, fact sheets on
individual measures related to the thematic priorities of Construction 2020,
including the state of play with each measures and an analysis of the impact, as
well as links to other relevant international, European and country websites.
The objective of WP4 is to promote and disseminate the activities implemented in
Work packages 1 to 3. It will consist of a provision of web pages, regular production
of promotional materials and a provision of a mailing list as well as a production of
a project’s leaflets. A conceptual layout in compliance with the Commission’s
graphic charter of the web pages as well as the dissemination strategy should be
presented in the tender.
Task 4.1: Development and maintenance of a web page
The service provider will develop and maintain the project web pages under the
European Commission’s Enterprise and Industry web portal at
http://ec.europa.eu/enterprise. However, in the context of the current web
rationalisation plan which aims to reduce the number of pages of this portal, the
service provider will work with the Enterprise and Industry web editors to minimise
the number of content pages which will be created under this site. Furthermore, the
web editors of Enterprise and Industry will have full editorial control over all the
content and subsequent updates published on the site.
The general aim of the web pages is to disseminate the analysis of the project and
support mutual policy learning for policy makers and other interested public.
The web pages must include at least the following content:
• All prepared country profiles, fact sheets on policy measures and analytical
reports, and the promotional materials;
• A dedicated section for short announcement and news, which will be suggested by
the service provider and publish in agreement with the Commission;
• A section with links to other relevant analytical and forecast research work in
Europe and internationally;
• A section presenting the objectives of the observatory, milestones and the project
team (“About” section).
The service provider shall create and maintain the web pages and its contents, as
well as ensure its editorial quality in close cooperation with web editors of
Enterprise and Industry and respect the content approval workflow which will be
Tender specifications
Page 14 of 53
defined. The service provider must use the European Commission’s existing
corporate web content management system
(http://ec.europa.eu/ipg/tools/wcm/index_en.htm) and existing templates, thus no
web portal design work is foreseen. When needed, the service provider shall use
the interactive services
(http://ec.europa.eu/ipg/services/interactive_services/index_en.htm) provided by
the European Commission.
The web pages will have to be fully compliant with the Information Providers Guide
(http://ec.europa.eu/ipg), which rules are compulsory for the service provider in
order to ensure a coherent and user-friendly service to the users of EU websites.
The web pages require the following minimum content and functionalities:
• The start web page should clearly explain the objectives of the Observatory and
the scope of the analytical work as well as the project team and management. It
should be regularly updated and highlight the main developments identified and
analysed in the fact sheets and periodical analytical reports;
• An easy and intuitive overview of the country profiles and of the fact sheets,
including key words;
The service provider is encouraged to propose other innovative and practical ways
of presenting and promoting project deliverables on the web pages within the
technical possibilities of the europa.eu system. The key criteria for the functionality
of the web pages should be ease of use with a minimum of clicks. The system
should be highly user-friendly, taking into account language limitations. An
immediately comprehensible thematic structure and navigation system are
essential; users should be able to navigate easily between country profiles and
other contents. The software should be thoroughly tested on regular and common
erroneous use, including on-site testing, before being presented to the Commission
for release approval.
The public web pages of the Observatory shall be subject to ongoing adaptations to
take account of policy developments and of web analytics. Functionality and/or
structural updates shall therefore be foreseen throughout the contractual period
and executed in consultation and agreement with the Commission.
The service provider should foresee and demonstrate compliance with data
protection Regulation (EC) No 45/200111 when handling personal data from the web
site users.
By the end of the contract, a hand-over file must be prepared in order to ensure a
smooth and cost-free transition of the consolidated Observatory web pages to
another service provider.
In addition, the service provider is expected to:
11 Regulation (EC) No 45/2001 of the European Parliament and of the Council of 18 December 2000 on
the protection of individuals with regard to the processing of personal data by the Community
institutions and bodies and on the free movement of such data.
Tender specifications
Page 15 of 53
• Use the existing layout of the European Commission’s Enterprise and Industry web
portal for the Observatory web pages and respect the graphic style and design
guidelines provided by the Commission services;
• Regularly report any improvement suggestions to the Commission;
• Ensure accuracy, consistency and integrity of all data and content;
• Prime the web pages through encouraging links on other web portals and search
engine optimisation to make the Observatory as visible as possible to the most
search engines (including non-English ones).
Task 4.2: Communication and dissemination activities
The service provider should develop and implement a coherent strategy for
promoting and disseminating the Observatory results.
The communication and dissemination activities will also include a publicity
campaign aiming at making the web page known to a wider audience. The service
provider is expected to present its communication and dissemination strategy in the
tender.
In addition, after each six months period of the contract, the service provider
should prepare promotional materials that will summarise the Observatory. This
should include materials that could be used for a 4 pages newsletter and highlight
developments from the preceding six months of the project. The materials should
include:
• A short editorial from the project manager or another senior expert of the
study team;
• Overview of publications with short summaries and links to the full
documents;
• Main messages from the analytical reports.
The materials will be published on the project web pages and should be also
prepared in a format (preferably html) that would allow for an easy possible
distribution via e-mail (mailing list).
The service provider will be responsible for identifying the relevant target groups in
the EU-28 and internationally as well as create, further develop and update a
project mailing list. All communications actions should include a method for
measuring readership and also invite and manage feedback.
All the promotional and communication materials shall respect the graphic style and
design guidelines provided by the Commission services, as in the case of web pages
(see WP4, Task 1).
Task 4.3: Production of a project leaflet and other promotional activities
The service provider will produce a 1-2 page (A4, in colour, electronic version)
leaflet, which will summarise in a clearly understandable way the idea and
objectives of the project, present the study team, the research methodology as well
as other project relevant information. The final version of the leaflet will be decided
Tender specifications
Page 16 of 53
in agreement with the Commission and should be updated in the course of the
project.
The leaflet shall respect the graphic style and design guidelines provided by the
Commission services, as in the case of web pages (see WP4, Task 1).
The leaflet will be used for promotional purposes, e.g. when sending invitations to
Commission events related to construction.
Until the approval of the inception report, the name "European Construction
Observatory" is considered as a working term and therefore the service provider is
encouraged to suggest other possible names for the project. Therefore, the service
provider is encouraged to suggest in the inception report some other interesting,
easy to understand and retain, and attractive names with a multi-lingual flavour.
4.3 PERFORMANCE INDICATORS
The performance indicators should be applied as follows:
Indicator 1: Number and quality of the deliverables
� Quality of the developed methodology;
� Number and quality of the produced country profiles and policy measures fact
sheets;
� Number, quality and update frequency of the produced fact sheets;
� Quality of the semi-annual comparative analytical report
Indicator 2: Utilisation of the website
This indicator should focus on the number of times that the EUROPA webpages are
used. It concerns especially: � Number of hits of the webpages;
� Number of unique visitors;
� Number of documents downloaded by type of documents;
� Duration of visit, repetition of visitors, geographical coverage;
Indicator 3: Dissemination and promotion
� Coherence and effectiveness of the dissemination strategy;
� Quality and completeness of the EUROPA webpages;
� Number of the disseminated leaflets.
5. STARTING DATE OF THE CONTRACT AND DURATION OF THE TASKS
The contract shall enter into force on the date on which it is signed by the last
contracting party. The duration of the tasks will be 12 months. This period is
calculated in calendar days. The execution of the tasks may not start before the
contract has been signed.
It is expected to be signed in 4th quarter of 2014.
Tender specifications
Page 17 of 53
The period of execution of the tasks may be extended, only with the written
agreement of the contracting parties, before the end of the period originally stated
in the contract.
The period of execution of the tasks specified in the contract is likely to be renewed
2 times for a period of 12 months, only with the express written agreement of the
contracting parties before the payment of the balance of the on-going year of
execution of the tasks.
EASME reserves the right to make use of a negotiated procedure without prior
publication of a contract notice for additional contracts involving services similar to
those assigned to the party awarded the initial contract by the same contracting
authority. That procedure may be used only during the 3 months following
conclusion of the original contract.
6. PLACE OF PERFORMANCE
The place of performance of the tasks shall be the service provider's premises or
any other place indicated in the tender, with the exception of the Commission's
premises. In addition, the meetings between the service provider and
representatives from the EASME and the European Commission shall be held at the
EASME or Commission premises in Brussels.
7. PERIOD OF VALIDITY OF THE TENDERS
The offer must remain valid for a period of 6 months following the final date for
submitting tenders. During this period, the tenderer may not modify the terms of
his tender in any respect.
8. VOLUME OF THE CONTRACT
The amount of work involved to carry out this contract is assessed at a maximum
of 300.000 Euros.
In case of contract renewal, based on the performance of the service provider and
subject to the approval of the Workprogramme of COSME by the relevant
committee, the budget for the renewal of the contract may be as follows:
Year 2: 400 00012€
Year 3: 500.00013€
12 May be subject to changes
Tender specifications
Page 18 of 53
It should be noted that the hosting costs on the Europa website will be entirely
born by the EASME (cf. WP 4).
The Protocol on the Privileges and Immunities of the European Union shall apply to
this invitation to tender. In particular, Article 3 and 4 provide that the European
Union is exempted from all charges, taxes and dues including value added tax
(VAT). Such charges may not therefore be included in the calculation of the price
quoted; the VAT amount must be indicated separately.
9. REPORTING
The service provider has to provide the required reports and documents
accompanying the requests for payments in accordance with the conditions of the
standard service contract.
All reports and written deliverables will be provided in pdf format as well as on
request of the Commission services in Word format. All reports and other written
deliverables must be submitted in English. All documents will be of the highest
linguistic quality and will have been edited, spell checked and proofread by a native
English speaker or equivalent.
In addition to the deliverables specified above for each work package and task, the
service provider will provide for each contractual period of 12 months the following
reports:
• An inception report (month 1) which should present the revised project
methodology as requested in each work package and task and agreed on in
the kick-off meeting;
• A fortnightly e-mail with a state of play of the activities carried out and
planned for the next 2 weeks, achievements, problems encountered/solved,
further actions;
• A progress report describing the work carried out during the first six months
of the contract and the results obtained with respect to the tasks described
at point 1.1, the problems encountered and addressed, progress made and
planning for the coming period.
In addition, a Final report shall be provided by the service provider, describing
overall the work carried out and the results obtained during the whole contract
duration with respect to the tasks described at point 3. At the end of the project,
the Final report will also include a handover document describing clearly the
methodology and strategy needed for possible continuation of the project.
The service provider will be required to attend a kick-off meeting 2 weeks following
contract signature as well as 2 other project meetings as specified in the table
below. The service provider is to provide minutes from the meetings held within the
contexts specified above.
13 May be subject to changes
Tender specifications
Page 19 of 53
The deadlines for the submissions of the reports and the minutes as well as their
approval procedures are presented in the table below (point 10).
Unless otherwise specified, comments on the various deliverables will be issued by
the Commission at the latest 30 days after submission of the deliverables. The
service provider will have 15 days to deliver a revised version.
In accordance with the draft service contract, tasks carried out by the service
provider in performance of this contract will be the subject of reports, four copies of
which must be sent to the EASME.
10. PLANNING AND DELIVERABLES
An overview of the reporting schedule and of the indicative timeline of
deliverables is provided below.
Time-line Meetings Reports Approval
of reports Payments
Contract
signature
1 month Kick-off Inception
report
20 days Pre-financing:
30%
2 months
3 months
4 months
5 months
6 months Meeting 1 Progress
report
20 days Interim
payment:
30%
7 months
8 months
9 months
10 months
11 months Meeting 2 Draft final
report
30 days
12 months Final report Payment
balance: 40%
11. Date AND PLACE OF OPENING OF TENDERS
Tenders will be opened at 10:00 hours (Brussels time) on Wednesday 15th October
2014 at the following location:
Executive Agency for Small and Medium Sized Enterprises (EASME)
Place Rogier 16, COV2 Room 11/190, B-1210 Brussels - BELGIUM
Tender specifications
Page 20 of 53
The opening session is public. An authorised representative of each tenderer may
attend the opening of the bids. Organisations wishing to attend are requested to
notify their intention by sending a fax to the following number: +32-2-29-73512 or
e-mail to [email protected] at least 48 hours in
advance. This notification must be signed by an authorised representative of the
tenderer and specify the name of the person who will attend the opening of the bids
on the tenderer's behalf.
12. TERMS OF PAYMENTS
Payments shall be made in accordance with the provisions specified in Articles I.4,
and II.15 of the draft service contract. In general, the payment scheme will consist
of one pre-financing payment of 30% of the total value of the contract, one interim
payment of 30% and the payment of the balance.
The schedule and procedure for the approval of the documents to be submitted and
for the subsequent approval of the payment are specified in Articles I.4 and II.15 of
the draft service contract.
The EASME reserves the right to pay less than the amount foreseen in Article I.3 of
the draft service contract according to the tasks performed.
Guarantees
The service provider should provide a pre-financing guarantee in accordance with
Article I.4.1 of the draft service contract.
13. GENERAL TERMS AND CONDITIONS FOR THE SUBMISSION OF TENDERS
Participation in tendering procedures is open on equal terms to all natural and legal
persons from one of the EU Member States and to all natural and legal persons in a
third country which has a special agreement with the Union in the field of public
procurement on the conditions laid down in that agreement.
Participation in this tender procedure shall be open in equal terms to all natural and
legal persons coming within the scope of the Treaties and to all natural and legal
persons in a third country which has a special agreement within the Union in the
field of public procurement under the conditions laid down in that agreement.
Submission of a tender implies acceptance of the terms and conditions set out in
this invitation to tender, in the tender specifications and in the draft contract and,
where appropriate, waiver of the tenderer's own general or specific terms and
conditions. It is binding on the tenderer to whom the contract is awarded for the
duration of the contract.
Tender specifications
Page 21 of 53
The Protocol on the Privileges and Immunities of the European Union14 or, where
appropriate, the Vienna Convention of 24 April 1963 on Consular Relations15 shall
apply to this invitation to tender.
Once the EASME has accepted the tender, it shall become the property of the
EASME and the EASME shall treat it confidentially.
14. NO OBLIGATION TO AWARD THE CONTRACT
This invitation to tender is in no way binding on the EASME. The EASME's
contractual obligation commences only upon signature of the contract with the
successful tenderer.
Up to the point of signature, the contracting authority may either abandon the
procurement or cancel the award procedure. This decision must be substantiated
and the candidates or tenderers notified.
No compensation may be claimed by tenderers whose tender has not been
accepted, including when the EASME decides not to award the contract.
15. SUBCONTRACTING
A service provider may subcontract parts of the services.
Service providers must state what parts of the work, if any, they intend to
subcontract, and to what extent (% of the total contract value), specifying the
names, addresses and legal status of the subcontractors. Legal persons must
provide a document containing a list of the professional qualifications of the
subcontractor. Tenderers may not choose subcontractors other than those
mentioned in the bids unless they obtain the prior written authorisation of the
EASME.
The overall responsibility for the work remains with the service provider.
Service providers must ensure Article II.7 of the draft service contract can be
applied to subcontractors. Once the contract has been signed, Article II.18 of the
aforementioned contract shall apply to subcontractors.
16. JOINT OFFERS
A joint offer is a situation where an offer is submitted by a group of tenderers. If
awarded the contract, the tenderers of the group will have an equal standing
towards the EASME in executing the service contract.
14 https://www.ecb.europa.eu/ecb/legal/pdf/ppi_en.pdf 15 http://www.supremecourt.ge/files/upload-file/pdf/act38.pdf
Tender specifications
Page 22 of 53
The EASME will not request consortia to have a given legal form in order to be
allowed to submit a tender, but reserves the right to require a consortium to adopt
a given legal form before the contract is signed if this change is necessary for
proper performance of the contract. This can take the form of an entity with or
without legal personality but offering sufficient protection of the EASME's
contractual interests (depending on the Member State concerned, this may be, for
example, a consortium or a temporary association).
Grouping of firms must nominate one party to be responsible for the receipt and
processing of payments for members of the grouping, for managing the service
administration, and for coordination. The documents required and listed in the
present specifications must be supplied by every member of the grouping. The
checklist in Annex 7 will help verifying the level of information to be provided
according to the role of each entity in the tender.
The offer has to be signed by all members of the group, or by one of the
members, which has been duly authorised by the other members of the grouping (a
power of attorney or sufficient authorisation is to be attached to the offer), when
the tenderers have not yet formed a legal entity.
The contract will have to be signed by all members of the group, or by one
of the members, which has been duly authorised by the other members of the
grouping (a power of attorney or sufficient authorisation is to be attached to the
contract, see model in Annex 6), when the tenderers have not formed a legal
entity.
Partners in a joint offer assume joint and several liabilities towards the EASME for
the performance of the contract as a whole.
Statements, saying for instance:
• that one of the partners of the joint offer will be responsible for part of the
contract and another one for the rest, or
• that more than one contract should be signed if the joint offer is successful,
are thus incompatible with the principle of joint and several liability. The EASME will
disregard any such statement contained in a joint offer, and reserves the right to
reject such offers without further evaluation, on the grounds that they do not
comply with the tendering specifications.
17. FORM AND CONTENT OF THE TENDER
Tenders must be signed by the tenderer or his duly authorised representative.
Tenders must be perfectly legible so that there can be no doubt as to words and
figures. In case of discrepancy between words and figures, words should prevail.
Tenders must be clear and concise, with continuous page numbering, and
assembled in a coherent fashion (e.g. bound or stapled, etc.). Since tenderers will
Tender specifications
Page 23 of 53
be judged on the content of their written bids, these must make it clear that they
are able to meet the requirements of the specifications.
Tenders must be written in one of the official languages of the European Union. In
order to speed up the selection process a summary in English would be preferred.
Tenders must include the following information:
• all the information and documents requested by the EASME in order to assess the tender. In order to help tenderers presenting a complete tender, a checklist of the documents to submit is provided in Annex 7. This checklist does not need to be included in the tender but we encourage tenders to use it in order to provide complete tenders in order to facilitate the assessment of the tenders;
• the price in euros; • one specimen signature of an authorised representative on the legal
entity form (Annex 9), and a statement confirming the validity of the tender (preferably in blue ink); the tender must provide evidence of the authorisation to sign in name of the tenderer;
• the name of a contact person in relation to the submission of the bid.
17.1 HOW TO SUBMIT A TENDER
Tenderers shall observe precisely the indications in point 3 and 4 of the invitation to
tender in order to ensure their tenders are admissible.
Evidence of timely submission by post or courier service will be constituted by the
date of dispatch, the postmark or the date of the deposit slip. In the case of hand-
delivery, the signed and dated receipt will serve as evidence.
Late delivery will lead to the non-admissibility of the tender and its rejection from
the award procedure for this contract. Offers sent by e-mail or by fax will also be
non-admissible. Envelopes found open during the opening will also lead to non-
admissibility of the tender.
17.2 STRUCTURE OF THE TENDER
All tenders must be presented in three sections.
Section one: Administrative proposal - Presentation of the tender
Section two: Technical Proposal - Addressing technical specifications and award
criteria
Section three: Financial Proposal
17.2.1 Section One: Administrative proposal
This section must provide the following information, set out in the standard
identification forms attached to these tender specifications:
• Tenderer's identification (see Annex 1)
Tender specifications
Page 24 of 53
All tenderers must provide proof of registration, as prescribed in their country of
establishment, on one of the professional or trade registers or provide a declaration
or certificate.
If the tenderer is a natural person, he or she must provide a copy of the identity
card or passport and proof that he or she is covered by the social security scheme
as self-employed person.
Each tenderer (including subcontractors or any members of consortium or
grouping) must complete and sign the identification forms in Annex 1 and provide
the above mentioned information. However, the subcontractor(s) shall not be
required to provide those evidences when the services represent less than 20% of
the contract.
• Financial identification (see Annex 8)
The bank identification form must be filled in and signed by an authorised
representative of the tenderer and his /her banker. A standard form is attached in
Annex 8.
In case of a grouping or consortia with a legal representative, this form has to be
provided only by the person heading the project.
• Legal entities (see Annex 9)
The legal entity form in Annex 9 must be filled in and should be accompanied by
a number of supporting documents available on the web site:
http://ec.europa.eu/budget/execution/legal_entities_en.htm.
In the case of a grouping, this form must only be provided by the person heading
the project. Tenderers may choose between presenting a joint bid (see point 16
above) and introducing a bid as a sole service provider, in both cases with the
possibility of having one or several subcontractors (see point 16 above).
Whichever type of bid is chosen, the tender must stipulate the legal status and role
of each legal entity in the tender proposed and the monitoring arrangements that
exist between them and, failing this, the arrangement they foresee to establish if
they are awarded the contract. The EASME reserves the right, however, to request
additional evidence in relation to the bid submitted.
17.2.2 Section Two: Technical proposal
All tenders must contain a technical proposal and the EASME will reject tenders
where no technical proposal is included. This section is of high importance in the
assessment of the bids in the award procedure for the service contract.
• The award criteria set out in section 18.3 below define those parts of the
technical proposal to which the tenderers must pay particular attention;
• Tenderers must include in their bids the technical proposal addressing all
aspects detailed in the specifications;
Tender specifications
Page 25 of 53
• Tenderers must present a general methodology/strategy and the
organisation of work they will apply to the possible tasks under the service
contract. The level of detail of the tender will be important for the evaluation
of the tender. The technical proposal should include all information needed
for the purpose of awarding the contract.
Please note that, to grant equal treatment of all tenders, it is not possible to modify
offers after their submission in relation to the technical and financial proposals. As
a consequence, incompleteness in this section can only result in negative impact for
the evaluation of award criteria. Please note also that proposals deviating from the
technical specifications may be rejected for non-conformity.
17.2.3 Section Three: Financial proposal
All tenders must contain a financial proposal and the EASME will reject tenders
where no financial proposal is included.
The tenderer's attention is drawn to the following points:
• Prices must be expressed in euros; including the countries which are not in
the euro-area. As far as the tenderers of those countries are concerned,
they cannot change the amount of the bid because of the evolution of the
exchange rate;
• Prices should be quoted free of all duties, taxes and other charges, i.e. also
free of VAT, as the European Union is exempt from such charges under
Articles 3 and 4 of the Protocol on the Privileges and Immunities of the
European Union of 8 April 1965 (OJ L 152 of 13 July 1967). Exemption is
granted to the EASME by the governments of the Member States, either
through refunds upon presentation of documentary evidence or by direct
exemption;
• For those countries where national legislation provides an exemption by
means of a reimbursement, the amount of VAT is to be shown separately. In
case of doubt about the applicable VAT system, it is the tenderer's
responsibility to contact his or her national authorities to clarify the way in
which the European Union is exempt from VAT;
• Prices shall not be conditional and be directly applicable by following
the technical specifications; • The financial offer must be formulated for the whole contract period;
• Prices shall be fixed and include all expenses, such as travel expenses
and daily allowances, and not subject to revision;
• The reference price for the award of the contract shall consist of the total
amount in payment of the tasks executed, as stated in Article I.3 of the
draft service contract. In any case, this amount constitutes the maximum
amount payable for the services performed.
The tenderer must fill in the financial overview template in order to include all the
following elements for information purposes (see Annex 4):
a) The professional fees: these must cover all expenditure incurred in the
performance of the contract with the exception of those under (b) and (c) and
(d) below. The labour cost for each category of staff engaged in the project must
Tender specifications
Page 26 of 53
be specified. An hourly rate for labour of each member of staff and the total
number of hours each staff member of staff will contribute to the work should be
provided as well as a breakdown of the costs per tasks and the total labour costs.
b) Travel and Subsistence Costs: In the event of travel being necessary to carry
out the duties specified in the tender, indicating the unit price and quantity.
c) Subcontracting costs: In the event of subcontracting, the subcontracting costs
should be specified and a costs breakdown per tasks should also be provided.
d) Other Costs (if applicable): In the event of other costs, the other costs should
be specified and a costs breakdown per tasks should also be provided.
18. EVALUATION AND AWARD OF CONTRACT
The evaluation will be based on the information provided in the tender. In addition,
the EASME reserves the right to use any other information from public or specialist
sources.
All the information will be evaluated in the light of the criteria set out in these
specifications. The procedure for the award of the contract, which will concern only
admissible tenders, will be carried out in three successive stages.
The aim of each of these stages is:
• Examination, in the first stage (exclusion criteria), whether tenderers can
take part in the tendering procedure;
• Examination, in the second stage (selection criteria), of the technical and
professional capacity and economic and financial capacity of each tenderer
who has passed the exclusion stage;
• Assessment on the basis of the award criteria each bid which has passed the
exclusion and selection stages.
18.1 EXCLUSION CRITERIA (ARTICLE 106 OF THE FINANCIAL REGULATION)
Tenderers will be excluded if16 :
(a) they are bankrupt or being wound up, are having their affairs administered
by the courts, have entered into an arrangement with creditors, have
suspended business activities, are the subject of proceedings concerning
those matters, or are in any analogous situation arising from a similar
procedure provided for in national legislation or regulations;
(b) they or persons having powers of representation, decision making or control
over them have been convicted of an offence concerning their professional
conduct by a judgment of a competent authority of a Member State which
has the force of res judicata;
(c) they have been guilty of grave professional misconduct proven by any
means which the contracting authority can justify including by decisions of
the EIB and international organisations;
16 Article 106 of the Financial Regulation applicable to the general budget of the Union.
Tender specifications
Page 27 of 53
(d) they are not in compliance with their obligations relating to the payment of
social security contributions or the payment of taxes in accordance with the
legal provisions of the country in which they are established or with those of
the country of the contracting authority or those of the country where the
contract is to be performed;
(e) they or persons having powers of representation, decision making or control
over them have been the subject of a judgment which has the force of res
judicata for fraud, corruption, involvement in a criminal organisation, money
laundering or any other illegal activity, where such illegal activity is
detrimental to the Union's financial interests;
(f) they are subject to an administrative penalty referred to in Article 109(1) of
the Financial Regulation.
The cases referred to in point (e) above shall be the following:
(a) cases of fraud as referred to in Article 1 of the Convention on the protection
of the European Communities' financial interests established by the Council
Act of 26 July 1995 (OJ/C 316 of 27.11.1995, p. 48);
(b) cases of corruption as referred to in Article 3 of the Convention on the fight
against corruption involving officials of the European Union or officials of
Member States of the European Union, established by the Council Act of 26
May 1997 (OJ/C 195 of 25.6.1997, p. 1);
(c) cases of participation in a criminal organisation, as defined in Article 2 of
Council Framework Decision 2008/84/JHA;
(d) cases of money laundering as defined in Article 1 of Directive 2005/60/EC of
European Parliament and Council;
(e) cases of terrorist offences, offences linked to terrorist activities, and inciting,
aiding, abetting or attempting to commit such offences, as defined in Articles
1, 3 and 4 of Council Framework Decision 2002/475/JHA.
Other cases of exclusion (Article 107 Financial Regulation):
Contracts will not be awarded to tenderers who, during the procurement procedure:
a) are subject to a conflict of interest;
Tenderers must declare:
• that they do not have any conflict of interest in connection with the
contract; a conflict of interest could arise in particular as a result of
economic interests, political or national affinities, family or emotional ties,
or any other relevant connection or shared interest;
• that they will inform the contracting authority, without delay, of any
situation constituting a conflict of interest or which could give rise to
a conflict of interest;
• that they have not made and will not make any offer of any type
whatsoever from which an advantage can be derived under the
contract;
Tender specifications
Page 28 of 53
• that they have not granted and will not grant, have not sought and
will not seek, have not attempted and will not attempt to obtain,
and have not accepted and will not accept, any advantage, financial
or in kind, to or from any party whatsoever, constituting an illegal
practice or involving corruption, either directly or indirectly, as an
incentive or reward relating to the award of the contract.
The EASME reserves the right to check the above information.
b) are guilty of misrepresenting the information required by the contracting authority as a condition of participation in the procurement procedure or fail
to supply that information.
c) find themselves in one of the situations of exclusion, referred to in article
106 (1) for this procurement procedure.
Evidence to be provided by the tenderers
When submitting their bids, each tenderer (including subcontractor(s) or any
member of a consortium or grouping) must provide a declaration on their honour,
duly signed and dated, stating that they are not in any of the situations mentioned
above. For that purpose they shall complete and sign the form attached in Annex 2.
Where the tenderer is a legal entity, they shall, whenever requested by the EASME,
provide information on the ownership or on the management, control and power of
representation of the legal entity.
The tenderer to whom the contract is to be awarded (the service provider) shall
provide, within 15 (fifteen) days following receipt of the letter informing him of the
proposed award of the contract and preceding the signature of the contract, the
evidence specified below confirming the declaration referred to above.
The EASME shall accept as satisfactory evidence the following:
For situations described in (a), (b) and (e) of Article 106 of the Financial Regulation,
the production of a recent extract from the judicial record is required or, failing
that, a recent equivalent document issued by a judicial or administrative authority
in the country of origin or provenance showing that those requirements are
satisfied. Where the tenderer is a legal person and the national legislation of the
country in which the tenderer is established does not allow the provision of such
documents for legal persons, the documents should be provided for natural persons,
such as the company directors or any person with powers or representation,
decision making or control in relation to the tenderer.
For the situation described in point (d) of Article 106 of the Financial Regulation,
recent certificates or letters issued by the competent authority of the State
concerned are required. These documents must provide evidence covering all taxes
and social security contributions for which the tenderer is liable, including for
example, VAT, income tax (natural persons only), company tax (legal persons only)
and social security contributions.
For any of the situations (a), (b), (d) or (e) of the Financial Regulation, where any
document described in two paragraphs above is not issued in the country
Tender specifications
Page 29 of 53
concerned, it may be replaced by a sworn or, failing that, a solemn statement made
by the interested party before a judicial or administrative authority, a notary or a
qualified professional body in his country of origin or provenance.
If the tenderer is a legal person, information on the natural persons with power of
representation, decision making or control over the legal person shall be provided
only upon request by the contracting authority
Administrative and financial penalties
Without prejudice to the application of penalties laid down in the contract,
candidates or tenderers and service providers who have made false declarations,
have made substantial errors or committed irregularities or fraud, or have been
found in serious breach of their contractual obligations may be excluded from all
contracts and grants financed by the EU budget for a maximum of five years from
the date on which the infringement is established as confirmed following and
adversarial procedure with the service provider. That period may be extended to
ten years in the event of a repeated offence within five years of the date referred to
in the first subparagraph.
Candidates or tenderers who have made false declarations, have submitted
substantial errors, irregularities or fraud, may also be subject to financial penalties
representing 2% to 10% of the total estimated value of the contract being
awarded. Service providers who have been found in serious breach of their
contractual obligations may be subject to financial penalties representing 2% to
10% of the total value of the contract in question. The rate may be increased to 4%
to 20% in the event of a repeat infringement within five years of the date on which
the infringement is established as confirmed following and adversarial procedure
with the service provider.
18.2 SELECTION CRITERIA
Tenderers must have the economic and financial capacity as well as the technical
and professional capacity to perform the tasks required under this call for tender.
For this purpose, tenderers must provide evidence of economic, financial, technical
and professional capacity to perform the tasks required in this call for tenders.
For the economic and financial capacity, the tenderer should demonstrate sufficient
financial resources to guarantee continuous and satisfactory performance
throughout the envisaged lifetime of the contract, as well as sufficient turnover in
relation to the tasks expected under this contract.
Regarding the technical and professional capacity, the tenderer should demonstrate
expertise and experience in carrying out tasks similar to the requested services, as
well as the technical skills necessary to deliver the requested services.
Tender specifications
Page 30 of 53
Tenderers should read this section carefully and supply the specific documents and
information requested and any other documents that they wish to include by way of
clarification.
If several service providers are involved in the bid, each of them must have and
show that they have the professional and technical capacity to perform the tasks
assigned to them in the tender, and the required economic and financial capacity.
This rule applies to all service providers once they have chosen to be tenderers.
However, if the tender includes subcontractors, the EASME reserves the right to
request evidence of their economic and financial capacity if the tasks subcontracted
represent a substantial part of the contract.
Economic and financial capacity
The tenderers should have sufficient economic and financial capacity to guarantee
performance of the contract. The following documents are to be submitted as proof:
• a completed simplified financial statements form attached in Annex 3 to these
specifications;
• a full copy of the tenderer's annual accounts (balance sheet, profit and loss
account, notes on the accounts and auditors' remarks when applicable) of the
last three years for which the accounts have been closed, as approved by the
general assembly of the company and, where applicable, audited and/or
published. These documents must be signed by the authorised representative of
the tenderer;
• a statement of overall turnover and turnover concerning the tasks, supplies or
services covered by this contract for the last three financial years.
This rule applies to all service providers, regardless of the percentage of tasks they
intend to execute, once they have chosen to submit a tender. However, if the
tender includes subcontractors whose tasks represent less than 20% of the
contract, those subcontractors are not obliged to provide evidence of their
economic and financial capacity.
If, for some exceptional reason which the EASME considers justified, a tenderer is
unable to provide one or other of the above documents, he or she may prove his or
her economic and financial capacity by any other document which the EASME
considers appropriate. In any case, the EASME must at least be notified of the
exceptional reason and its justification in the tender. The EASME reserves the right
to request any other document enabling it to verify the tenderer's economic and
financial capacity.
An economic operator may, where appropriate and for a particular contract, rely on
the capacities of other entities, regardless of the legal nature of the links which it
has with them. It must in that case prove to the contracting authority that it will
have at its disposal the resources necessary for performance of the contract, for
Tender specifications
Page 31 of 53
example by producing and undertaking on the part of those entities to place those
resources at its disposal.17
The economic and financial capacity of the tenderers will be evaluated on the basis
of the following criteria and methodology:
• Quick ratio (a), computed as the ratio of current assets less inventory to
current liabilities. It is a widely used indicator of an organisation's capacity to
pay off short term liabilities through the realisation of its short term assets in
the event of unforeseen cash shortages;
• Interest coverage (b), computed as EBITDA18 to net interest cost, to evaluate
the organisation's capacity to remunerate debt providers;
• EBITDA19on revenue (c), to measure the cash profit margin;
• EBIT on revenue (d), to measure the operating profit margin;
• Leverage ratio (e), computed as the ratio of liabilities to equity. It is an
indicator about the exposure of an applicant to swings in earnings - the higher its
debt level, the higher the risk lower earnings would result in the inability to
service debt.
The financial capacity is determined in two steps: first, grades are attributed
based on the value of each ratio, and then the sum of the grades determines
the financial risk category in which an applicant falls.
Grade 0 1 2
Quick ratio (a) i < 50% 50% < i < 100% i > 100%
Interest coverage (b) i < 2,5x 2,5x < i < 3,3x i > 3,3x
EBITDA on revenue (c) i < 5% 5% < i < 15% i > 15%
EBIT on revenue (d) i < 2% 2 % < i <4 % i > 4%
Leverage ratio (e) i> 6x or < 0x 6x > i > 4x i < 4x and > 0x
Total grade 0-3 4-5 6-10
Risk category Weak Acceptable Good
In addition the grades for the 3 (three) financial years provided are averaged to
determine the risk category.
Minimum threshold
Service providers with a "weak" financial capacity, that is to say with an average
score less than 4 will be deemed to be of insufficient economic and financial
capacity and eliminated from further evaluation.
17 Under the same conditions a consortium of economic operations may rely on the capacities of
members of the consortium or other entities.
18 Earnings before interest, taxes, depreciation and amortization, which is equivalent to the cash profits
generated by the usual operations of a company and a main source of funds to remunerate external
capital providers. 19 See previous footnote.
Tender specifications
Page 32 of 53
Technical and professional capacity
Tenderers should demonstrate their degree of technical and professional capacity to
carry out the requested tasks by providing information on the criteria referred to
below. If several service providers/subcontractors are involved in the offer, each of
them must have and show that they have the professional and technical capacity to
perform the tasks assigned to them.
By submitting a tender, a legal entity involved therein accepts the possibility of a
check being carried out by the EASME on its technical capacities and, if necessary,
on its research facilities and quality control measures.
In view of the specific nature of the contract, tenderers or eventually consortia
including subcontractors must include:
• staff with a university degree and with at least 4 years of experience in market
and policy analysis in the construction sector;
• staff with a university degree and with at least 4 years of experience in
website design and management;
• staff with a university degree and with at least 4 years of experience in
communication;
• staff with at least 4 years of proven project management experience;
• staff with a very good command of English (proficient user, i.e. with level C1
or C2 in the Common European Framework of Reference for Languages).
Evidence of the technical and professional capacity of the providers involved in the
tender must be furnished on the basis of the following documents:
• The educational and professional qualifications of the service provider and/or
of the firm's managerial staff and, in particular, those of the person(s)
responsible for providing the services or carrying out the tasks, preferably
using the European CV template available on
http://europass.cedefop.europa.eu.
• List of main clients and services provided during the last three years indicating the value, date, recipient of the service and a description of the technical resources being put in place to provide these services.
• List of the five ongoing or recently finished most relevant project references (short description, recipient, volume, start date and duration) regarding the thematic areas of the tender as well as for elaborating user-friendly websites.
• A summary list of staff designated to perform the work demonstrating the linguistic capacity of the tenderer to perform the requested services.
If subcontracting of certain services is envisaged:
• description of the services to be provided by the tenderer directly and those which may be subcontracted;
• description of subcontractors already selected by the tenderer which may be used for certain types of work.
Tender specifications
Page 33 of 53
The EASME may conclude that the tenderer will not perform the contract to an appropriate quality standard and thus technical capacity is not satisfied, where the EASME establishes that the tenderer has conflicting interests which may negatively affect the performance of the contract.
By submitting a tender, each service provider involved therein accepts the
possibility of a check being carried out by the EASME on its technical and
professional capacities and quality control measures.
18.3 AWARD CRITERIA
The assessment method which will be used to determine the choice of the bid will
be based on the quality of the tender, assessed through the criteria given below, on
the basis of the economically most advantageous tender (quality/price ratio).
No Qualitative award criteria Weighting
(maximum
points)
1. Quality, completeness and originality of the
proposed methodology to develop country
profiles and collect and analyse data to
deliver country profile reports;
20
2. Quality and originality of the proposed
methodology to identify appropriate policy
measures at national and regional levels,
and collect and analyse data to deliver fact
sheets;
20
2. Quality and originality of the proposed
methodology to produce semi-annual
analytical reports;
25
4. Quality and innovativeness of the proposed
communication and dissemination
strategies, including web pages and
promotional materials;
15
5. Overall quality and coherence of the bid
including:
• quality and efficiency of the
proposed project management and
reporting;
• appropriateness of the allocation of
the human resources by seniority
levels, experience and expertise,
and of other resources;
20
Total number of points 100
Tender specifications
Page 34 of 53
Tenders should elaborate on all points addressed by these specifications in order to
score as many points as possible. The mere repetition of mandatory requirements
set out in these specifications, without going into details or without giving any
added value, will only result in a very low score. In addition, if certain essential
points of these specifications are not expressively covered by the tender, the
EASME may decide to give a zero mark for the relevant qualitative award criteria.
Tenders scoring less than 65% in the overall points total or less than 50 %
in the points awarded for a single criterion will be excluded from the rest
of the assessment procedure.
Tenders presenting a total price superior to the maximum amount of 300 000
(three hundred thousand) € will be excluded from the rest of the evaluation
procedure.
The contract will be awarded to the tender offering the best value for money, which
will be the one with the best quality-price ratio. The quality/price ratio ("value for
money") will be calculated by allocating a mark to each tender, applying the
following formula:
Score for tender X = cheapest price
*100 *30% + total quality score (out of 100)
for all award criteria of tender X *70%
price of tender X
The resulting mark gives an indication of the quality of the services offered in
relation to their price. The contract will be awarded to the tender, which achieves
the highest mark (i.e. the best value for money).
Working Samples
The following work samples shall be included in the tender:
• One country profile
• One fact sheet on a national or regional policy measure
Tender specifications
Page 35 of 53
19. INFORMATION FOR TENDERERS
The EASME will inform tenderers of the decisions reached concerning the award of
the contract, including the grounds for any decision not to award a contract or to
recommence the procedure.
If a written request is received, the EASME will inform all rejected tenderers of the
reasons for their rejection and all tenderers submitting an admissible tender of the
characteristics and relative advantages of the selected tender and the name of the
successful tenderer.
However, certain information may be withheld where its release would impede law
enforcement or otherwise be contrary to the public interest, or would prejudice the
legitimate commercial interests of economic operators, public or private, or might
prejudice fair competition between them.
20. AWARD OF THE CONTRACT
The procurement procedure is concluded by a service contract signed by the
parties. The General Terms and Conditions applicable to service contracts shall
apply.
After the period of validity of the tender has expired, conclusion of the contract
shall be subject to the tenderer's agreement in writing.
After the award, during the information procedure, the EASME will request to the
tenderer proposed for award the evidence on exclusion criteria defined in section
18.1. If this evidence was not provided or proved to be unsatisfactory the EASME
reserves the right to cancel the award procedure or to change the award decision to
the benefit of the next best ranked tenderer on condition that he satisfies with the
provision of the evidence on exclusion.
Tender specifications
Page 36 of 53
21. ANNEXES
Tender specifications
Page 37 of 53
ANNEX 1: IDENTIFICATION OF THE TENDERER
(to be completed by the tenderer)
Call for tenders EASME/COSME/2014/001
Identity
Name of the tenderer
Legal status of the tenderer
Date of registration
Country of registration
Registration number
VAT number
Description of statutory social security
cover (at the level of the Member State
of origin) and non-statutory cover
(supplementary professional indemnity
insurance)20
Address
Address of registered office of tenderer
Where appropriate, administrative
address of tenderer for the purposes of
this invitation to tender
Contact Person
Surname:
First name:
Title (e.g. Dr, Mr, Ms) :
Position (e.g. manager):
20 For natural persons.
Tender specifications
Page 38 of 53
Legal Representatives
Names and function of legal
representatives and of other
representatives of the tenderer who
are authorised to sign contracts with
third parties
Declaration by an authorised representative of the organisation21
I, the undersigned, certify that the information given in this tender is correct and
that the tender is valid.
Surname:
First name:
Signature:
Your application will be processed by computer. All personal data (such as names, addresses, CVs,
etc.) will be processed in accordance with Regulation (EC) No 45/2001 of the European Parliament
and of the Council of 18 December 2000 on the protection of individuals with regard to the processing
of personal data by the Community institutions and bodies and on the free movement of such data22.
Your replies to the questions in this form are necessary in order to assess your application and they
will be processed solely for that purpose by the department responsible for the European Union
programme concerned. On request, you may be sent personal data and correct or complete them. For
any question relating to these data, please contact the controller of the processing operation: jose.
[email protected]. Tenderers may lodge a complaint against the processing of their personal
data with the European Data Protection Supervisor at any time:
http://www.edps.europa.eu/EDPSWEB/
If, at any stage of the administrative treatment of applications, the persons or entities concerned
consider that they have been affected by an instance of maladministration, they may, irrespective of
any other means of redress, make a complaint to the European Ombudsman in accordance with
Article 228 of the Treaty on the Fonctionning of the European Union EC Treaty and as provided by the
Parliament Decision of 9 March 1994 on the regulations and general conditions governing the
performance of the Ombudsman's duties (OJ L 113 of 4 May 1994) and amended by decision of 14
March 2002 (OJ L 92, 9.4.2002, p. 13).
21This person must be included in the list of legal representatives; otherwise the signature on the tender
will be invalidated. 22 Official Journal L 8,12.1.2001
Tender specifications
Page 39 of 53
ANNEX 2: DECLARATION BY THE TENDERER
Each service provider, including subcontractor(s) or any member of a consortium or
grouping, must sign this declaration
Call for tenders EASME/COSME/2014/001
Declaration of honour on
exclusion criteria and absence of conflict of
interest
The undersigned (insert name of the signatory of this form):
� in [his][her] own name (for a natural person)
or
� representing the following legal person: (only if the economic operator is a legal person)
full official name:
official legal form:
full official address:
VAT registration number:
� declares that the above-mentioned legal person (or he/she) is not in one of the following situations:
a) is bankrupt or being wound up, is having its affairs administered by the courts, has entered into an arrangement with creditors, has suspended business activities, is the subject of proceedings concerning those matters, or is in any analogous situation arising from a similar procedure provided for in national legislation or regulations;
b) has been convicted of an offence concerning professional conduct by a judgment of a competent authority of a Member State which has the force of res judicata;
c) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify including by decisions of the European Investment Bank and international organisations;
d) is not in compliance with all its obligations relating to the payment of social security contributions and the payment of taxes in accordance with the legal provisions of the country in which it is established, with those of the country of the contracting authority and those of the country where the contract is to be performed;
e) has been the subject of a judgement which has the force of res judicata for fraud, corruption, involvement in a criminal organisation, money laundering or any other illegal activity, where such activity is detrimental to the Union's financial interests;
f) is a subject of an administrative penalty for being guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in a procurement procedure or failing to supply this information, or
Tender specifications
Page 40 of 53
having been declared to be in serious breach of its obligations under contracts covered by the Union's budget.
� declares that the natural persons with power of representation, decision-making or control23 over the above-mentioned legal entity are not in the situations referred to in b) and e) above;
� declares that the above mentioned legal-person:
g) has no conflict of interest in connection with the contract; a conflict of interest could arise in particular as a result of economic interests, political or national affinity, family, emotional life or any other shared interest;
h) will inform the contracting authority, without delay, of any situation considered a conflict of interest or which could give rise to a conflict of interest;
i) has not granted and will not grant, has not sought and will not seek, has not attempted and will not attempt to obtain, and has not accepted and will not accept any advantage, financial or in kind, to or from any party whatsoever, where such advantage constitutes an illegal practice or involves corruption, either directly or indirectly, inasmuch as it is an incentive or reward relating to award of the contract;
j) provided accurate, sincere and complete information to the contracting authority within the context of this procurement procedure ;
� acknowledges that the above-mentioned legal person (or he/she) may be subject to administrative and financial penalties24 if any of the declarations or information provided prove to be false.
In case of award of contract, the following evidence shall be provided upon request and within the time limit set by the contracting authority:
For situations described in (a), (b) and (e), production of a recent extract from the judicial record is required or, failing that, a recent equivalent document issued by a judicial or administrative authority in the country of origin or provenance showing that those requirements are satisfied. Where the tenderer is a legal person and the national legislation of the country in which the tenderer is established does not allow the provision of such documents for legal persons, the documents should be provided for natural persons, such as the company directors or any person with powers of representation, decision making or control in relation to the tenderer.
For the situation described in point (d) above, recent certificates or letters issued by the competent authorities of the State concerned are required. These documents must provide evidence covering all taxes and social security contributions for which the tenderer is liable, including for example, VAT, income tax (natural persons only), company tax (legal persons only) and social security contributions.
For any of the situations (a), (b), (d) or (e), where any document described in two paragraphs above is not issued in the country concerned, it may be replaced by a sworn or, failing that, a solemn statement made by the interested party before a judicial or administrative authority, a notary or a qualified professional body in his country of origin or provenance.
If the tenderer is a legal person, information on the natural persons with power of representation, decision making or control over the legal person shall be provided only upon request by the contracting authority.
23 This covers the company directors, members of the management or supervisory bodies, and cases where
one natural person holds a majority of shares. 24 As provided for in Article 109 of the Financial Regulation (EU, Euratom) 966/2012 and Article 145 of the
Rules of Application of the Financial Regulation
Tender specifications
Page 41 of 53
Full name Date
Signature
Tender specifications
Page 42 of 53
ANNEX 3: SIMPLIFIED FINANCIAL STATEMENT
The "Simplified Financial Statement" Excel table provided on
http://ec.europa.eu/easme/cosme_en.htm should be completed by each service
provider, regardless of the percentage of tasks they intend to execute, once they
have chosen to submit a tender. However, if the tender includes subcontractors
whose tasks represent less than 20% of the contract, those subcontractors are not
obliged to provide evidence of their economic and financial capacity.
A print-out of the completed form should be included in the sealed envelope
containing the bid, the required documents and the balance sheets and profit and
loss account.
Screenshot of the "Simplified Financial Statement" form.
Executive Agency for Small and Medium Sized Enterprises (EASME) Simplified Financial Statement
Legal entity name Tender Identifier EASME/COSME/2014/001
Closing date of financial periods (dd/mm)
Duration of financial „ periods in months urrency
Year
Balance sheet
Net fixed assets
Current assets (maturity less than one year)
Cash and cash equivalents
Inventory (Stock)
Total assets 0 0 0
Capital including reserves
Provisions
Long term debt (maturity above one year)
Current liabilities (maturity less than one year) Total liabilities 0 0 0
0 0 0 Profit and loss account
Total revenues
Personnel costs
Other operating costs
EBITDA 0 0 0
Depreciation and Amortization
EBIT 0 0 0
Net interest cost
Other income other than interest
Net extraordinary items
Taxes on profit Profit/loss for the period 0 0 0
Comment:
Tender specifications
Page 43 of 53
ANNEX 4: FINANCIAL OVERVIEW TEMPLATE
General Comments:
The tenderer must complete the financial overview template in its entirety for the
services concerned. Prices must be stated in EUR, excluding VAT. The document is
provided on: http://ec.europa.eu/easme/cosme_en.htm
The tenderer is free to mention separately, for example by means of an additional
financial overview document, the unit price of any other category of personnel or
equipment not indicated, which is considered useful for carrying out the requested
tasks. However, it should be noted, that this additional information will not be
included in calculating the financial value of the offer. In addition, the EASME
reserves the right to accept or refuse these additions before the service contract is
concluded.
Tender specifications
Page 44 of 53
ANNEX 5: SUBCONTRACTOR'S LETTER OF INTENT EASME/COSME/2014/001
Call for tenders
The undersigned: ----------------------------------------------------------------------
Name of the company/organisation: --------------------------------------------------
Address of the registered office: ------------------------------------------------------
Declares hereby the intention to collaborate in the execution of the tasks subject
to the above call for tenders, in accordance with the terms of the offer to which
the present form is annexed, if the contract is awarded to -------------------------
(name of the tenderer).
Declares hereby accepting the general conditions attached to the tendering
specifications for this call for tenders, and in particular Article II. 18 of the draft
service contract in relation with checks and audits.
Done at ------------------------- on --------------------------------------------------
Name of organisation------------------------------------------------------------------
Name / first name of legal representative ------------------------------------------
Signature: ----------------------------------------------------------------------------
Tender specifications
Page 45 of 53
ANNEX 6: POWER OF ATTORNEY
MODEL 1 - (Designating one of the companies of the group as leader and
giving a proxy to it)
Agreement / Power of Attorney
We the undersigned:
- Signatory 1 (Name, Function, Company, Registered address, VAT Number),
- Signatory 2 (Name, Function, Company, Registered address, VAT Number),
- Signatory N (Name, Function, Company, Registered address, VAT Number),
Each of them having the legal capacity required to act on behalf of his/her
company,
HEREBY AGREE AS FOLLOWS:
1. In case the EASME awards Contract ... (« the Contract ») to Company 1,
Company 2, ..., Company N (« the Group Members »), based on the
joint offer submitted by them on … for the provision of services for ...
(«the Services »).
2. As co-signatories of the Contract, all the Group Members:
a. Shall be jointly and severally liable towards the EASME for the
performance of the Contract.
b. Shall comply with the terms and conditions of the Contract and
ensure the proper execution of their respective share of the
Services.
3. To this effect, the Group Members designate Company X as Group Leader.
[N.B.: The Group Leader has to be one of the Group Members]
4. Payments by the EASME related to the Supplies or the Services shall be
made through the Group Leader's bank account. [Provide details on bank,
address, account number, etc.].
5. The Group Members grant to the Group Leader all the necessary powers to
act on their behalf in connection with the Services. This mandate involves
in particular the following tasks:
a. The Group Leader shall sign any contractual documents — including
the Contract and any amendment thereto — and issue any invoices
related to the Services on behalf of the Group Members.
b. The Group Leader shall act as single point of contact for the EASME
in connection with the Services to be provided under the Contract.
It shall co-ordinate the provision of the Services by the Group
Members to the EASME, and shall see to a proper administration of
the Contract.
Tender specifications
Page 46 of 53
Any modification to the present agreement / power of attorney shall be subject to
the EASME's express approval.
This agreement / power of attorney shall expire when all the contractual
obligations of the Group Members towards the EASME in connection with the
Services to be provided under the Contract have ceased to exist. The parties
cannot terminate it before that date without the EASME's consent.
Signed in: ----------------------------- on: ------------------------------------------
Name: ----------------------------------------------------------------------------------
Function: -------------------------------------------------------------------------------
Company: ------------------------------------------------------------------------------
(Repeat for each company)
Tender specifications
Page 47 of 53
MODEL 2 - (Creating the group as separate entity, appointing a group
manager and giving a proxy to him/her)
Agreement / Power of Attorney
We the undersigned:
- Signatory 1 (Name, Function, Company, Registered address, VAT Number)
- Signatory 2 (Name, Function, Company, Registered address, VAT Number)
- Signatory N (Name, Function, Company, Registered address, VAT Number),
Each of them having the legal capacity required to act on behalf of his/her
company,
HEREBY AGREE AS FOLLOWS:
1. In case the EASME awards Contract ... (« the Contract ») to Company 1,
Company 2, ..., Company N (« the Group Members »), based on the
joint offer submitted by them on …..for the provision of services for ...
(«the Services »).
2. As co-signatories of the Contract, all the Group Members: a. Shall be jointly and severally liable towards the EASME for the
performance of the Contract.
b. Shall comply with the terms and conditions of the Contract and
ensure the proper execution of their respective share of the
Services.
3. To this effect, the Group Members have set up under the laws of the
Group («the Group »). The Group has the legal form of a [Provide
details on registration of the Group: VAT Number, Trade Register, etc.].
4. Payments by the EASME related to the Services shall be made through the
Group's bank account. [Provide details on bank, address, account number,
etc.]. 5. The Group Members appoint Mr/Ms ....... as Group Manager. 6. The Group Members grant to the Group Manager all the necessary powers
to act alone on their behalf in connection with the Services. This mandate
involves in particular the following tasks:
a. The Group Manager shall sign any contractual documents —
including the Contract and any Amendment thereto — and issue any
invoices related to the Services on behalf of the Group Members.
b. The Group Manager shall act as single point of contact for the
EASME in connection with the Services to be provided under the
Contract. He/she shall co-ordinate the provision of the Services by
the Group Members to the EASME, and shall see to a proper
administration of the Contract.
Tender specifications
Page 48 of 53
Any modification to the present agreement / power of attorney shall be subject to
the EASME's express approval.
This agreement / power of attorney shall expire when all the contractual
obligations of the Group Members towards the EASME in connection with the
Services to be provided under the Contract have ceased to exist. The parties
cannot terminate it before that date without the EASME's consent.
Signed in: ----------------------------- on: ------------------------------------------
Name: ----------------------------------------------------------------------------------
Function: -------------------------------------------------------------------------------
Company: ------------------------------------------------------------------------------
(Repeat for each company)
Tender specifications
Page 49 of 53
ANNEX 7: CHECKLIST OF DOCUMENTS TO BE SUBMITTED
The purpose of the table below is to facilitate the preparation of the tender by
providing an overview of the documents that must be included (marked by ■)
depending on the role of each economic operator in the tender (coordinator/group
leader in joint bid, partner in joint bid, single contractor, main contractor,
subcontractor).
Some of the documents are only relevant in cases of joint bids or when
subcontractors are involved. Additional documents might be necessary depending
on the specific characteristics of each tender.
Description Single service
provider
Subservice provider
Coordinator or group leader
in joint offer
Partner in a joint offer
Tender Identification form (annex 1) ■ ■ ■ ■
Declaration of the tenderer (annex 2) ■ ■ ■ ■
Evidence of economic and financial capacity:
- Completed simplified financial statement
(annex 3) ■ ■ ■
- Balance sheet and profit & loss account for the
last 3 financial years ■ ■ ■
- Statement of overall turnover and turnover
relating to the relevant services for the last 3
financial years
■ ■ ■
Evidence of technical and professional capacity:
- CV's of the staff responsible for providing the
services (annex 10) ■ ■ ■ ■
- List of the main clients and services provided
during the last 3 years ■ ■ ■ ■
- List of up to 5 ongoing and relevant projects ■ ■ ■ ■
- Description of the measures employed to
ensure the quality of supplies and services ■ ■ ■ ■
If subcontractors:
- Description of the services to be subcontracted ■ ■ ■
- Description of the subcontractor(s) already
selected ■ ■ ■
Technical offer ■ ■
Financial offer and overview template (annex 4) ■ ■
Legal entity form (annex 9) ■ ■ ■ ■
Financial identification form (annex 8) ■ ■
Subcontractor's letter of intent (annex 5) ■
Agreement / Power of attorney (annex 6) ■
Tender specifications
Page 50 of 53
ANNEX 8: FINANCIAL IDENTIFICATION FORM
(to be completed by the tenderer and his or her financial institution)
The tenderer's attention is drawn to the fact that this document
is a model and that a specific form for each Member States is
available at the following Internet address:
http://ec.europa.eu/budget/contracts_grants/info_contracts/financial_id/financial_id_en.cfm
Tender specifications
Page 51 of 53
ANNEX 9: LEGAL ENTITY FORM
Complete the legal entity form, which should be accompanied by a number of
supporting documents, available on the Web site:
http://ec.europa.eu/budget/contracts_grants/info_contracts/legal_entities/legal_
entities_en.cfm
Please note that we can only accept either original documents or certified copies,
which must be less than 6 months old.
In the case of grouping, this form must only be provided by the person.
Tender specifications
Page 52 of 53
ANNEX 10: EUROPEAN CURRICULUM VITAE FORMAT
Instruction and templates are available on the following webpage
Instructions:http://europass.cedefop.europa.eu/fr/documents/curriculum-vitae
Templates:
http://europass.cedefop.europa.eu/en/documents/curriculum-vitae/templates-instructions/templates/doc.doc
Tender specifications
Page 53 of 53