Network of Eurofound Correspondents (Lot 1: Cyprus & Lot 2: Poland) - NEC/7655

Eurofound seeks to establish a four-year network of national correspondents in Cyprus and Poland to provide scheduled and on-request reporting services. The contract is split into two parts: a direct contract for recurring annual deliverables and a framework contract for ad hoc services. Correspondents will report on national developments in …

CPV: 79315000 Sociaal onderzoek
Deadline:
28 oktober 2025 14:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
Network of Eurofound Correspondents (Lot 1: Cyprus & Lot 2: Poland) - NEC/7655
Toekennende instantie:
European Foundation for the Improvement of Living and Working Conditions
Gunningsnummer:
EUROFOUND/2025/OP/0024

1. Buyer

1.1 Buyer

Official name : European Foundation for the Improvement of Living and Working Conditions
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Network of Eurofound Correspondents (Lot 1: Cyprus & Lot 2: Poland) - NEC/7655
Description : Eurofound seeks to establish a four-year network of national correspondents in Cyprus and Poland to provide scheduled and on-request reporting services. The contract is split into two parts: a direct contract for recurring annual deliverables and a framework contract for ad hoc services. Correspondents will report on national developments in working conditions, industrial relations, employment, and living conditions. Deliverables include thematic research contributions, sectoral representativeness studies, database updates (ERM, EU PolicyWatch), and case studies. Quality, timeliness, and balanced reporting are key evaluation criteria. The estimated budget is €220,000 for Cyprus and €200,000 for Poland. Tenderers must demonstrate relevant expertise, team capacity, and compliance with EU data protection and procurement rules. Contracts begin in March 2026, with renewals possible until 2030.
Procedure identifier : 0f466156-662e-4ebd-b44a-a6e4df7aa80f
Internal identifier : EUROFOUND/2025/OP/0024
Type of procedure : Open
The procedure is accelerated : yes
Justification for the accelerated procedure : This is an accelerated open procedure justified by two factors: (1) the absence of any adverse impact on tenderers affected by the previous cancellation, as their tenders are already prepared for re-submission; (2) the need to ensure that a new NEC contract covering Cyprus and Poland is in place by the end of February 2026.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79315000 Social research services

2.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

2.1.3 Value

Estimated value excluding VAT : 420 000 Euro

2.1.4 General information

Additional information : Note that all lots, due to the dual nature of the service to be provided, are split into 2 parts. Successful tenderers will be awarded with 2 contracts under each lot (part 1: direct service contract, part 2: framework service contract).In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section 5.1.11 in the last 5 calendar days before the time limit for receipt indicated in Section 5.1.12, the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section 5.1.11, without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section 5.1.11 in order to get notified when new information or documents are published.
Legal basis :
Regulation (EU, Euratom) 2024/2509

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Cyprus
Description : Cyprus
Internal identifier : EUROFOUND/2025/OP/0024-LOT-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79315000 Social research services

5.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The framework contract is concluded for an initial period of 12 (twelve) months, renewable 3 (three) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 220 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : Note that all lots, due to the dual nature of the service to be provided, are split into 2 parts. Successful tenderers will be awarded with 2 contracts under each lot (part 1: direct service contract, part 2: framework service contract).

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 28/10/2025 14:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 29/10/2025 10:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
Organisation providing more information on the review procedures : European Foundation for the Improvement of Living and Working Conditions

5.1 Lot technical ID : LOT-0002

Title : Poland
Description : Poland
Internal identifier : EUROFOUND/2025/OP/0024-LOT-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79315000 Social research services

5.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The framework contract is concluded for an initial period of 12 (twelve) months, renewable 3 (three) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 200 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : Note that all lots, due to the dual nature of the service to be provided, are split into 2 parts. Successful tenderers will be awarded with 2 contracts under each lot (part 1: direct service contract, part 2: framework service contract).

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 28/10/2025 14:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 29/10/2025 10:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
Organisation providing more information on the review procedures : European Foundation for the Improvement of Living and Working Conditions

8. Organisations

8.1 ORG-0001

Official name : European Foundation for the Improvement of Living and Working Conditions
Registration number : EUROFOUND
Department : EF.ADIR - AGENCY DIRECTORATE,EF.ADIR.A - UNIT A
Postal address : Wyattville Road, Loughlinstown
Town : Dublin
Postcode : D18 KP65
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 204 31 00
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Court of Justice of the European Union
Registration number : CURIA
Postal address : Rue du Fort Niedergrünewald
Town : Luxembourg
Postcode : L-2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 4303-1
Internet address : http://curia.europa.eu
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Commission
Registration number : EUCOM
Postal address : Mondrian (CDMA), Rue du Champ de Mars 21
Town : Brussels
Postcode : B-1050
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 3293a373-6f65-4976-acd8-69ece11145af - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/10/2025 16:10 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00669229-2025
OJ S issue number : 196/2025
Publication date : 13/10/2025