ANNEX 7 TO THE TENDER SPECIFICATIONS CHECKLISTS OF DOCUMENTS TO BE SUPPLIED WITH REFERENCE TO THE SELECTION AND AWARD CRITERIA

Size: px
Start display at page:

Download "ANNEX 7 TO THE TENDER SPECIFICATIONS CHECKLISTS OF DOCUMENTS TO BE SUPPLIED WITH REFERENCE TO THE SELECTION AND AWARD CRITERIA"

Transcription

1 ANNEX 7 TO THE TENDER SPECIFICATIONS CALL FOR TENDERS N PO/ /A1 CHECKLISTS OF DOCUMENTS TO BE SUPPLIED WITH REFERENCE TO THE SELECTION AND AWARD CRITERIA Unless otherwise specified, each box of the column headed Reference to enclosed documents must be filled in with the number of the relevant document and the page of the tender where the required document can be found. THIS FORM MUST BE FILLED IN BY THE TENDERER, ACCORDING TO THE DETAILED INSTRUCTIONS TO BE FOUND UNDER POINT 10 OF THE TENDER SPECIFICATIONS. ANNEX 7.1 SELECTION CRITERIA PART A IDENTITY OF THE TENDERER A.1 Name or business name of the tenderer: Provide the requested information here (for this heading only) A.2 Official address of the tenderer, telephone, fax and A.3 Normal administrative address (if different from official address) 1/13

2 A.4 Contact person for the purpose of this call for tenders: Surname First name Position (Manager etc.) Telephone Fax address Provide the requested information here (for this heading only) Address A.5 Names and positions of managerial staff 2/13

3 PROFESSIONAL CAPACITY SC1 Legal Entity File (LEF) duly completed and signed, with the necessary annexes. The form to be used is available at the following address: egal_entities/legal_entities_en.cfm SC2 Bank Account File (BAF) duly completed and signed, with the necessary annexes. The form to be used is available at the following address: inancial_id/financial_id_en.cfm In addition, for tenders including no subcontracting: SC A.8 A document stating that the tenderer does not intend to subcontract and that he will inform the Commission about any change in this situation. The Commission reserves the right to judge if such change would be acceptable. 3/13

4 ECONOMIC AND FINANCIAL CAPACITY SC3 Evidence of the financial and economic standing has to be provided by the following documents: See documents a. Evidence of professional risk indemnity insurance. No b. Balance sheets or extracts from balance sheets for the last three years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established. c. Tables I and II in Annex 9 duly completed, signed and dated, with all relevant data extracted from the balance sheets. These tables must also be provided on CD/DVD/USB. d. A statement of turnover concerning the services covered by the contract during the last three financial years of not less than No No No 4/13

5 TECHNICAL CAPACITY SC4 SC5 Tenderers must have expertise in the fields of public opinion, opinion polls and/or social research and in the coordination of international projects. As documentary evidence, a list of at least 5 opinion polls and/or social surveys (not market research), including data analysis and the drafting of multinational and multilingual questionnaires, with the sums, dates and recipients (public or private) of the services, each carried out in at least five countries or territories, over the last seven years, shall be provided. Where the services were provided to contracting authorities, the evidence of performance shall be in the form of certificates issued or countersigned by the competent authorities. A statement confirming that the contractor has at least two years experience in opinion polls and/or social surveys must also be provided. Tenderers must possess the human and technical resources (infrastructure and means of communication) to direct, coordinate and carry out opinion polls in the 47 countries or territories covered. A list of the bodies (polling institutes) intended to cover the different countries or territories mentioned in Annex 1 must be provided. SC6 Tenderers must be capable of coordinating several international projects simultaneously and possess the human resources and infrastructure enabling it to coordinate opinion polls, at the same time in the 47 countries or territories. As evidence of this, tenderers must provide evidence demonstrating that they will have at least two permanent research directors (director and deputy director) and two permanent researchers. Evidence concerning the capacity for communicating with the 47 countries or territories listed in Point 3.A.1 is also to be provided. 5/13

6 SC7 The tenderer must be able to mobilise the appropriate fieldforce and technical equipment to carry out two Flash EB surveys by telephone simultaneously in all the EU Member States. As evidence of this, tenderers must provide the number of CATI lines and interviewers at their disposal. SC8 SC9 SC10 SC11 Tenderers must be able to demonstrate that they have the necessary relevant expertise to monitor and coordinate Eurobarometer opinion polls. The detailed curricula vitae (CV) and the job descriptions of the research directors (director and deputy director) must be provided as evidence of this. Each of these people must have a minimum of two years of professional experience in the field of opinion polls and/or social surveys, two years of professional experience in the management of international projects, university level education as evidenced by a degree, and have a perfect command of English and French. Tenderers must be able to demonstrate that they have the necessary relevant expertise to carry out Eurobarometer opinion polls. The detailed curricula vitae (CV) and the job descriptions of each of the minimum two researchers must be provided as evidence of this. The researchers must have at least two years of professional experience in the field of opinion surveys, of which at least one must have been in the field of quantitative surveys, and must have university level education as evidenced by a degree. They must also have a perfect command of English or French. Tenderers must demonstrate that they will comply with the code of ethics and ethical rules governing research enterprises. Proof of membership of ESOMAR, WAPOR or an equivalent body, or a commitment to comply with the ESOMAR/WAPOR Code of Conduct on opinion surveys or equivalent must be provided as evidence. Tenderers must be able to demonstrate that the work carried out in the countries or territories listed in Point 3.A.1 will comply with the code of ethics and ethical rules governing research enterprises. An undertaking by the tenderers that the work carried out in the countries or territories in question will be performed in accordance with the ICC/ESOMAR International Code of Marketing and Social Research Practice or equivalent and/or the WAPOR/ESOMAR Guide to Opinion Polls or equivalent must be provided as evidence. 6/13

7 SC12 SC13 Tenderers must be able to demonstrate that they have the measures and procedures in place to control 10% of the interviews carried out. A description of the measures, in particular the types and frequency of checks used to ensure the quality of the services must be provided. Tenderers must provide for each country or territory a description of the infrastructure used for conducting Flash EB surveys. 7/13

8 PART B In addition, for joint offers: SC14 Balance sheets or extracts from balance sheets of each economic operator of the consortium, together with the Excel tables in Annex 9. SC15 A document with: a. the name of the company designated to represent the consortium, b. the credentials of the person designated to sign the contract and/or to act as the point of contact with the Commission for the consortium, c. the details of the single bank account into which payments to the consortium will be made (see SC2) SC16 A document stating clearly the composition and constitution of the grouping or similar entity (company/temporary association/ ), and what legal form their cooperation will take, should they be awarded the contract and if this change is necessary for proper performance of the contract. SC17 A letter signed by each member stating its commitment to execute the services in the tender, clearly indicating its role, qualifications and experience. PART C In addition, for tenders including subcontracting: SC18 SC19 A document stating clearly the identity, roles, activities and responsibilities of each subcontractor, and specifying the proportion of the tasks of each subcontractor, as well as a description of the quality control measures which will be applied to the tasks to be carried out by the subcontractors. A letter of intent by each subcontractor stating its unambiguous undertaking to collaborate with the tenderer if he wins the contract, and the extent of the resources that it will put at the tenderer s disposal for the performance of the contract. 8/13

9 SC20 Description of the quality control measures the tenderer intends to apply on the tasks to be carried out by each subcontractor. 9/13

10 ANNEX 7.2 AWARD CRITERIA 1. Organisation, coordination and timetable: 1a. Quality and effectiveness of the organisation of the work proposed by the Contractor for the Flash Eurobarometer contract AC1 Quality of the measures proposed to ensure the effectiveness and responsiveness of the organisation (coordination of the survey in all countries or territories) put in place to perform the Flash Eurobarometer contract (in accordance with point 3) AC2 AC3 AC4 Quality and effectiveness of the methods and content of the briefing proposed for the Flash Eurobarometer interviewers (in accordance with point 3.C.2.2.) Security, extent of content, ease and comfort of use of the dedicated Flash Eurobarometer extranet (in accordance with point 3.G.5) Quality and effectiveness of the proposed quality control of operations and deliverables: methods and implementation (in accordance with point 3.H) 10/13

11 1b. Timetable of Flash Eurobarometer Surveys AC5 AC6 AC7 AC8 AC9 Number of calendar days between the signature of the specific contract and the beginning of the fieldwork (minimum 3 days, maximum 7 days) Number of calendar days between the beginning and end of the fieldwork general public (minimum 2 days, maximum 4 days) Number of calendar days between the beginning and end of the fieldwork specific target groups level A (minimum 5 days, maximum 7 days) Number of calendar days between the beginning and end of the fieldwork specific target groups level B (minimum 10 days, maximum 14 days) Number of calendar days between the beginning and end of the fieldwork specific target groups level C (minimum 15 days, maximum 21 days) AC10 Number of calendar days between the end of the fieldwork and the submission of the initial data analysis (volume A only) (minimum 2 days, maximum: 3 days) AC11 Number of calendar days between the end of the fieldwork and the submission of all initial data analyses (volumes A, AA, AP, AAP, B and C and the raw data SPSS format) (maximum: 4 days) AC12 Number of calendar days between the end of the fieldwork and the submission of the elements 1, 2, 4, 6 and 7 of the First Report (minimum 10 days, maximum 14 days) AC13 Number of calendar days between the end of the fieldwork and the submission of the elements 3 and 5 of the First Report (minimum 2 days, maximum 4 days) 11/13

12 2. Quality and relevance of the methodology proposed: 2a. Sampling and interviews AC14 Effectiveness of the procedure proposed for the Flash EB surveys to guarantee the representativeness of the sample (in accordance with point 3.B.1) AC15 Effectiveness of the measures intended to ensure the highest possible response rate for the Flash Eurobarometer (in accordance with point 3.B.1.3) AC16 Quality of the methods proposed for Flash Eurobarometer, for data gathering and processing (in particular coding, cleaning, weighting, transmission) (in accordance with point 3.E) AC17 Quality of the methodology proposed for carrying out online surveys (in accordance with point 3.C.1.2) 12/13

13 2b. Processing, conception and analysis of the data AC18 Quality of the proposal for questionnaire design. In accordance with point 3.I. AC19 Quality of the proposal for survey design. In accordance with point 3.I. AC20 Quality of the proposals for socio-demographic questions. In accordance with point 3.D Quality of the presentation: AC21 Quality of the proposal for data analysis - In accordance with point 3.I. AC22 Quality of the proposal for dynamic presentation of the results - In accordance with point 3.I. 13/13