EUMC, A-1060 Vienna; Rahlgasse 3

EUMC, A-1060 Vienna; Rahlgasse 3

[FRA, A-1060 Vienna; Rahlgasse 3]
ANNEX A
FRA2-2007-3200-T04
Discrimination and Victimisation in EU Member States: Experiences and Attitudes of Immigrants and Other Minorities
TENDER SPECIFICATIONS
  1. Title of Contract

(Related to - contract notice 2007/S 146 -180704 of 1st August2007)

The title of the contract is “Discrimination and Victimisation in EU Member States: Experiences and Attitudes of Immigrants and Other Minorities” .

Reporting and other deliverables will include:

  1. Inception report
  2. Interim technical report
  3. Final technical report
  4. Results report
  5. Executive summary
  6. Monthly updates
  1. Other deliverables, including:
  • Individual data files for each MemberState
  • Complete merged data file for all Member States
  • Codebook of variables and their categories in the complete merged data file
  • Data file containing information on panel recruitment
  • Fieldwork/instructions manual for interviewers in English and all languages into which it was translated
  • All translated versions of questionnaires, including the format in which they were delivered in the field (electronic and paper)
  • All original completed respondent survey questionnaires (in paper or electronic format)
  1. Purpose and context of the Contract

The purpose of this invitation to tender is to award a framework contract (3 years) for the provision of services, as described in Annex A.1 Technical Specifications.

  1. Subject of the Contract
  • To collect survey data in EU Member States on discrimination and criminal victimisation, as experienced by selected immigrant and other minority groups (such as established national or ethnic minority groups), which can inform the development of evidence-based policies at national and EU level to address differences in reported discrimination and victimisation as revealed through the survey.
  • To undertake standardised survey-based data collection in EU Member States with selected immigrants, national minorities and/or ethnic minorities on the subject of ‘Discrimination and Victimisation in EU Member States: Experiences and Attitudes of Immigrants and Other Minorities’.
  • To collect data using a standardised quantitative survey instrument that allows for comparisons of results (a) between different minority groups within each Member State, (b) between Member States that have similar minority populations, (c) according to a range of respondent characteristics such as gender and age, and (d) between the results generated from this survey and those generated from ‘matched’ questions in other surveys on Member States’ majority populations.
  • To collect data on selected groups using probability random sampling methods that allows for the generalisation of results to the groups being researched.
  • To produce a range of publications for policy makers and other relevant user groups.
  1. Technical Specifications

The tenderer must present an offer, according to Annex A.1 – Technical Specifications and paragraphs19 and 27 of the present document.

5.Starting of the Contract and duration

The Framework Contract resulting from the present call for tenders shall enter into force the date on which it is signed by the last contracting party.

The Framework Contract will have an initial duration of one (1) year as from the date of signature, and may be renewed up to two (2) times for an additional period of 1 year.

The duration of the contract shall not exceed three(3) years.

Implementation of the Contract may not start before the date on which the contract enters into force.

  1. Participation in the tendering procedure

Participation in tendering procedures is open on 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 with the Communities in the field of public procurement on the conditions laid down in that agreement.

Where the Plurilateral Agreement on Government Procurement concluded within the WTO applies, the contracts are also open to nationals of the countries that have ratified this Agreement, on the conditions it lays down. In that connection, it should be noted that the services under Annex IIB to Directive 2004/18/EC and the R&D services listed in category8 of Annex IIA to that Directive are not caught by the Agreement.

  1. Consortia

Consortia of economic operators are authorised to tender or be candidates.

For example, teams of researchers, with representatives from each MemberState where the research will be undertaken.

  1. Visits to premises or briefing

Not applicable.

  1. Volume of the Contract

The maximum total volume of the contract is estimated at € 2.500.000,00 (two million five hundred thousand Euros).

  1. General terms and conditions for the submission of tenders

Submission of a tender implies that the Contractor accepts all the terms and conditions set out in these specifications (including the annexes and the technical specifications) and waives all other terms of business.

Submission of a tender binds the Contractor to whom the contract is awarded during performance of the contract.

Once the FRA has accepted the tender, it shall become the property of the FRA and the FRA shall treat it confidentially.

The FRA shall not reimburse expenses incurred in preparing and submitting tenders.

  1. No obligation to award the contract

The tendering procedure shall not involve the Contracting Authority in any obligation to award the contract.

No compensation may be claimed by tenderers whose tender has not been accepted, including when the Contracting Authority decides not to award the contract.

  1. Cancellation of the tender procedure

In the event of cancellation of the tender procedure, tenderers will be notified of the cancellation by the Contracting Authority. If the tender procedure is cancelled before the outer envelope of any tender has been opened, the unopened and sealed envelopes will be returned to the tenderers.

In no event shall the Contracting Authority be liable for any damages whatsoever including, without limitation, damages for loss of profits, in any way connected with the cancellation of a tender procedure even if the Contracting Authority has been advised of the possibility of damages.

  1. Variants

Variants are not accepted.

  1. Place of performance

The place of performance of the tasks shall be the Contractor's premises or any other place indicated in the tender.

  1. Prices

Prices shall be expressed in Euros.

Prices shall be fixed and not subject to revision during the first year of performance of the Contract.

According to Articles3 and 4 of the Protocol on the Privileges and Immunities of the European Communities, the Communities are exempt from all charges, taxes and dues, including value added tax; such charges may not therefore be included in the calculation of the price quoted; the VAT amount must be indicated separately.

The price tendered must be allinclusive and expressed in Euros. For tenderers in countries which do not belong to the euro zone, the price quoted may not be revised in line with exchange rate movements. It is for the tenderer to select an exchange rate and assume the risks or the benefits deriving from any variation.

Costs incurred in preparing and submitting tenders are borne by the tenderers and cannot be reimbursed.

  1. Subcontracting

Where, in a bid, the amount of subcontracting exceeds 20% of the contract, the subcontractor(s) must provide all the necessary documents for assessing the bid as a whole with regard to the exclusion criteria, selection criteria (as a whole) and award criteria. Where subcontracting represents less than 20% of the contract, subcontractors shall not be required to provide documents on their financial and economic capacity. (See Annex C.1.3 of the Standard Submission Form - SSF)

The bid must clearly identify the subcontractor(s) and document their willingness to accept the tasks and their acceptance of the terms and conditions set out in article 10 above, in particular article II.17 of the standard Contract.

Tenderers must inform the subcontractor(s) and include in their subcontracting documents that Article II .17 of the standard Contract (Annex B) may be applied to sub-contractors.

Once the contract has been signed, Article 2.13 of the above-mentioned Contract shall govern the subcontracting.

  1. Date and place of opening of the tenders

Tenders will be opened on20September 2007 at 10:30 h at the following location:

FRA address:

European Union Agency for Fundamental Rights

Rahlgasse 3

Vienna 1060 - Austria

An authorised representative of each tenderer may attend the opening of the bids. Companies wishing to attend are requested to notify their intention by sending a fax or e-mail at least 48 hours in advance to the fax or e-mail given under article 22. This notification must be signed by an authorised officer of the tenderer and specify the name of the person who will attend the opening of the bids on the tenderer's behalf.

  1. Evaluation of the tender

18.1 Exclusion criteria

Candidates or tenderers shall be excluded from participation in a procurement procedure if:

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 have been convicted of an offence concerning their professional conduct by a judgment 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;

d)they have not fulfilled 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 have been the subject of a judgment which has the force of res judicata for fraud, corruption, involvement in a criminal organisation or any other illegal activity detrimental to the Communities' financial interests;

f)following another procurement procedure or grant award procedure financed by the Community budget, they have been declared to be in serious breach of contract for failure to comply with their contractual obligations.

Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:

g)are subject to a conflict of interest;

h)are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.

The contracting authority shall accept as satisfactory evidence that the tenderer is not in one of the situations described:

18.1.1for (a), (b), (c), (d), (e) and (f) above, a declaration on the tenderer's honour, duly signed and dated, stating that they are not in anyone of the situations listed. (Annex C.2.1 of the Standard Submission Form - SSF);

18.1.2for (g) and (h) above, a declaration on the tenderer's honour, duly signed and dated, stating that they are not in anyone of the situations listed. (Annex C.2.2 of the SSF);

Furthermore, the tenderer to whom the contract is to be awarded shall provide, within fifteen (15) calendar days and preceding the signature of the contract, evidence related to paragraph 18.1.1.

The contracting authority shall accept as satisfactory evidence that the tenderer is not in one of the situations described:

18.1.3for (a), (b) and (e) above, recent extract(s) from the judicial record or, failing that an equivalent document(s) recently issued by a judicial or administrative authority in the country of origin or provenance showing that those requirements are satisfied.

18.1.4for (d) above, a recent certificate issued by the competent authority of the State concerned.

Where the document or certificate referred to in paragraph 18.1.3 and 18.1.4 is not issued in the country concerned and for the other cases of exclusion, 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.

The contracting authority waives the obligation of a tenderer to submit the documentary evidence referred to in the paragraph above if such evidence has already been submitted to it for the purposes of another procurement procedure and provided that the documents are not more than one year old starting from their issuing date and that they are still valid.

18.2Selection criteria

Tenderers will be selected as eligible candidates for this Call if they can prove that they have sufficient economic and financial capacity, on the one hand, and sufficient technical and professional capacity, on the other hand.

During the selection phase only the selection criteria mentioned in 18.2.1. and 18.2.2. will be examined.

18.2.1Economic and financial capacity

Proof of economic and financial capacity for all lots shall be furnished by either of the following documents:

The presentation of balance sheets or extracts from balance sheets for at least the last two years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established.

18.2.2Technical and professional capacity

Evidence of the technical and professional capacity of tenderers shall be furnished on the basis of the following:

(a)Tenderers should have a minimum of three years experience of having conducted major international social science-based comparative research surveys in the European Union.

(b)Tenderers must submit evidence of having conducted quantitative survey research, referring to major grants and publications, in areas directly or indirectly related to this Call for Tender (as set out in the terms of reference).

  • As evidence, include a list of principle research projects, specifying the following: research dates; grant/funding amount; research partnerships (where appropriate); list of principle publications.
  • Copies of publications can be submitted (in whole or part); however, these cannot be returned by the FRA. As English is the working language of the Agency, tenderers should, where possible, supply English language versions as evidence of their capacity to write in English.

(c)Tenderers must submit detailed CVs of all individuals to be included in the Central Management and Coordination Team, in the Europass format ( as evidence of their professional capacity to complete the tasks set out under this Call.

(d)Tenderers must submit evidence of their compliance with quality control mechanisms and codes of conduct (ICC/ESOMAR International Code of Marketing and Social Research Practice or WAPOR/ESOMAR Guide to Opinion Polls, or their equivalents), including their membership of ESOMAR, WAPOR or an equivalent body, as evidence of their professionalcapacity to complete the tasks set out under this Call to the highest standard.

If the tender intends to subcontract any part of the research, an indication of the proportion of the contract which the service provider may intend to subcontract (Annex C.1.3 of SSF) must be provided.

19. Technical evaluation

The tenderers must present a technical offer (Annex C.4 –Technical Offer according to the Technical Specifications).

The technical offer must be written with a ‘lay person’ in mind. The style and presentation must, as far as is possible, be simple and clear, and free of jargon that obscures rather than promotes meaning to readers unfamiliar with it.

The technical offer will be evaluated by establishing an overall technical score for each tender, which is based on an individual score for each of the technical criteria listed below. Each criterion has a specific weight in the scoring, with responses eligible for certain points (as indicated).

19.1 Award criteria

A total of 150 points is available under the Award Criteria in total.

  • Tenderers must receive a total minimum of 100 points or above to be eligible for consideration.
  • For the specific category ‘sampling framework’ tenderers must receive a minimum of 40 points or above to be eligible for consideration.

See Annex A.1 Technical Specifications, section 3.1.ii – Sampling framework

50 points (40 minimum)

The tender application must:
(a)Identify and describe in detail suitable probability random sampling methods for sampling (including screening) different immigrant and other minority populations, which can be applied in different Member States.
(b)Suggest in which Member States particular sampling approaches could be applied, and justify the choice of a particular approach or approaches.
(c)With respect to each of the suggested sampling approaches, the tender must include an outline of expected challenges and how these might be effectively met.
(d)Suggest contingency provisions for fulfilling the minimum required net sample size where the ‘first choice’ sampling method is not proving successful

See Annex A.1 Technical Specifications, section 3.2.iv – Questionnaire translation

5 points

The tender application must:
Indicate procedures for questionnaire translation.
The tender must include a detailed step-by-step summary of measures to ensure the accuracy of questionnaire translation and checks on the appropriateness of individual questions in each language.

See Annex A.1 Technical Specifications, section 3.3.ii - Fieldwork schedule

5 points

THE TENDER APPLICATION MUST:

Indicate the intended fieldwork schedule, in detail, which should be as short as possible and at the same time realistic. Fieldwork must be conducted in Member States during the same period. The fieldwork schedule must take into account delays that might occur and periods when research cannot take place.

The fieldwork schedule should be indicated within the overall framework of the project timetable (see section 5 in this Annex).

See Annex A.1 Technical Specifications, section 3.3.iii – Language of delivery

5 points

THE TENDER APPLICATION MUST:

Indicate how the application of the questionnaire in different languages will be managed in practice during fieldwork.

See Annex A.1 Technical Specifications, section 3.3.iv – Interviewer selection, training and instructions

15 points

THE TENDER APPLICATION MUST:
(a)Include a detailedbreakdown and schedule of how interviewers are to be selected and trained for the survey in each MemberState; include any ‘train-the-trainers’ session/s.
(b)The tenderer should detail how they will ensure that fieldwork procedures are standardised, to the extent possible, in Member States.

See Annex A.1 Technical Specifications, section 3.3.v - Risk Management - Quality Control

10 points

THE TENDER APPLICATION MUST:

Include an outline of how quality control checks will be carried out during the screening and fieldwork period, and on completed questionnaires.