exposing the dark side of adoption
Register Log in

comparative study on the adoption procedures

public

08/08/2007       S151                 Community institutions – Commission – Services – General information

I.  II.  III.  IV.  VI.

B-Brussels: comparative study on the adoption procedures in EU Member States, the practical difficulties EU citizens encounter in this field in the context of a European area of justice in civil matters and the possibilities for solving these problems and for protecting children's rights

2007/S 151-187365


Section I: Contracting authority
I.1) Name, addresses and contact point(s):  
European Commission, Justice, Freedom and Security DG, Unit JLS/C4, Financial Support for Justice, Fundamental Rights and Citizenship, attn: Ms Lina Papamichalopoulou, LX46 02/150, B-1049 Bruxelles/Brussel. Tel.  (32-2) 298 64 93. E-mail: JLS-C4-CFT@ec.europa.eu. Fax  (32-2) 298 88 12. URL: http://ec.europa.eu/justice_home/funding/tenders/funding_calls_en.htm.

Further information can be obtained from:

Aforementioned contact point(s).


Specifications and additional documents can be obtained from:

Aforementioned contact point(s).


Tenders or requests to participate must be sent to:

Aforementioned contact point(s).

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

Section II: Object of the contract
II.1) Description
 II.1.1) Title attributed to the contract by the contracting authority:  
Comparative study on the adoption procedures in EU Member States, the practical difficulties EU citizens encounter in this field in the context of a European area of justice in civil matters and the possibilities for solving these problems and for protecting children's rights.
 II.1.2) Type of contract and location of works, place of delivery or of performance:  
Services.
Service category No 21.
Main place of performance: contractor's premises.
 II.1.3) The notice involves:
A public contract.
 II.1.5) Short description of the contract or purchase(s):  
The aim of the study is to:
(1) provide a comparative (legal and empirical) analysis of the situation in the 27 Member States as regards legislation, organisation, procedures and practices relating to international adoption and especially adoption within the EU Member States;
(2) identify the practical difficulties and problems citizens encounter in this field, particularly those which prevent or disrupt the exercising of parental responsibilities, and suggest possible solutions to these problems, including the establishment of a possible European adoption procedure between the Member States.
 II.1.6) Common procurement vocabulary (CPV):  
74111100, 74114000.
 II.1.7) Contract covered by the Government Procurement Agreement (GPA):  
No.
 II.1.8) Division into lots:  
No.
 II.1.9) Variants will be accepted:  
No.
 II.2) Quantity or scope of the contract
 II.2.1) Total quantity or scope:  
Estimated value (excluding VAT): EUR 300 000.
 II.3) Duration of the contract or time limit for completion:  
Duration: 12 months from the award of the contract.

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
 III.1.1) Deposits and guarantees required:  
See specifications.
 III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them:  
See specifications.
 III.1.3) Legal form to be taken by the grouping of economic operators to whom the contract is to be awarded:  
See specifications.
 III.1.4) Other particular conditions to which the performance of the contract is subject:
No.
 III.2) Conditions for participation
 III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:  
Information and formalities necessary for evaluating whether requirements have been met:
see specifications.
 III.2.2) Economic and financial capacity:  
Information and formalities necessary for evaluating whether requirements have been met:
the documents listed hereafter, which must be enclosed with tenders, will be used to assess financial capacity.
This rule applies to all service providers who choose to tender, irrespective of the percentage of the tasks they themselves intend to perform. On the other hand, should the offer include subcontractors whose tasks represent less than 30 % of the contract, said subcontractors would not need to provide proof of their economic and financial capacity.
(1) Overall turnover for the past 3 financial years;
(2) specific turnover in the field figuring in this contract during the past 3 financial years;
(3) balance sheets or summaries thereof for at least the past 2 financial years for which accounts have been closed, where publication of balance sheets is prescribed by company law in the country in which economic operators are resident.
If, for a valid reason, tenderers are unable to furnish one or other of the aforementioned documents, they may furnish any other document deemed suitable by the Commission in order to demonstrate their capacities.
 III.2.3) Technical capacity:  
Information and formalities necessary for evaluating whether requirements have been met:
for this study, the technical and professional capacity will be assessed on the criteria listed hereafter:
(a) their managerial and technical capacities, and qualifications of staff. This aspect includes the ability to work in all the official languages of the European Union;
(b) experience in setting up, organising and/or participating in transnational research, transnational networks or institutes active beyond the borders;
(c) proven knowledge of the main subjects the study covers;
(d) proven knowledge of the academic and professional (in the field) world the specifications mention;
(e) measures taken by them to ensure the quality of the work.
In addition to the aforementioned, tenderers should provide proof that each staff member performing tasks that are not administrative or managerial meets the following criteria:
(a) has a university degree (Master level as a minimum), or equivalent, in law, social sciences, statistics or similar;
(b) has at least 10 years' professional experience in the field the study covers, for senior staff;
has at least 3 years' professional experience in the field the study covers, for junior staff.
The documents listed hereafter, which must be enclosed with tenders, will be used to assess technical and professional capacity:
(1) details of academic and professional qualifications of the persons to be directly involved in performing the contract (including any subcontractors).
Tenderers must enclose with their tender a detailed CV for each staff member who will be undertaking work; said CV must include details of training, qualifications, professional experience, research work, publications and the languages they speak.
The CV should preferably be presented in accordance with the Commission Recommendation on a common European format for curricula vitae (CVs), published in OJ L 79 of 22.3.2002, p. 66;
(2) list of the principal services of a similar nature provided over the past 5 years, stating their values and dates, and the public or private recipients. Certificates issued or countersigned by the public body or private customer must be attached or, failing this, a declaration by the service provider that the services were performed;
(3) description of the measures taken by service providers to guarantee the quality and continuity of the services performed.
 III.2.4) Reserved contracts:
No.
 III.3) Conditions specific to service contracts
 III.3.1) Execution of the service is reserved for a particular profession:  
No.
 III.3.2) Legal entities should indicate the names and professional qualifications of the staff responsible for execution of the service:  
Yes.

Section IV: Procedure
IV.1) Type of procedure
 IV.1.1) Type of procedure:  
Open.
 IV.2) Award criteria
 IV.2.1) Award criteria:  
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document.
 IV.2.2) An electronic auction will be used:
No.
 IV.3) Administrative information
 IV.3.1) File reference number attributed by the contracting authority:  
JLS/2007/C4/017.
 IV.3.2) Previous notice(s) published concerning the same contract:
Prior information notice:
notice number in OJ: 2007/S 69-83623 of 7.4.2007.
 IV.3.3) Conditions for obtaining specifications and additional documents, or descriptive document:
Final date for receipt of requests for documents or for accessing documents: 14.9.2007.
 IV.3.4) Final date for receipt of tenders or requests to participate:  
21.9.2007.
 IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:  
Bulgarian, Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Irish, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish or Swedish.
 IV.3.7) Minimum time frame during which the tenderer must maintain his tender:
Duration: 6 months from the final date for receipt of tenders.
 IV.3.8) Conditions for opening tenders:
28.9.2007 (10:00).
Place: rue du Luxembourg 46, B-1040 Bruxelles.
Persons authorised to be present at the opening of tenders: yes.
1 representative per tenderer.

Section VI: Complementary information
VI.1) This is a recurrent procurement:
No.
 VI.2) Contract related to a project and/or programme financed by EU funds:  
No.
 VI.3) Additional information:  
Tenderers can download the invitation to tender documents and any additional documents and information from the web site given in point I.1. This site will be regularly updated; tenderers should, therefore, keep themselves abreast with any updates and modifications during the tendering procedure.
 VI.4) Procedures for appeal
 VI.4.1) Body responsible for appeal procedures:
Court of First Instance of the European Communities, boulevard Konrad Adenauer, L-2925 Luxembourg. Tel. (352) 43 03-1. E-mail: ECJ.Registry@curia.eu.int. Fax (352) 43 37 66. URL: http://curia.europa.eu.

Body responsible for mediation procedures:

European Ombudsman, 1, avenue du Président Robert Schuman, BP 403, F-67001 Strasbourg Cedex. Tel. (33) 388 17 23 13. E-mail: euro-ombudsman@europarl.eu.int. Fax (33) 388 17 90 62. URL: http://www.ombudsman.europa.eu.

 VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:
within 2 months of the petitioner being notified or, failing this, of the date on which he became aware thereof. Lodging a complaint with the European Ombudsman will not have the effect of either suspending this deadline or creating a new deadline for appeals.
 VI.5) Date of dispatch of this notice:  
27.7.2007.
2007 Aug 8