Specifications to invitation to tender COMP/2012/06

Similar documents
Tender Specifications attached to the Invitation to tender

ETF PUBLIC PROCUREMENT. Guidelines for ETF public procurement

Specifications Invitation to tender No VT/2007/003

TENDER SPECIFICATIONS

Identification of the Tenderer

1. Title of the contract

Tender Specifications

Invitation to tender for a framework agreement with CONCORD Europe: Website & Intranet Maintenance Call Open from 20 November to 11 December 2017

EXECUTIVE AGENCY FOR HEALTH AND CONSUMERS SPECIFICATIONS ATTACHED TO THE INVITATION TO TENDER

TENDER SPECIFICATIONS

BUDGET AND FINANCIAL AFFAIRS SERVICE OP/EUI/BFA/2017/001

Call for Tender - External Evaluation of the EPF 2017 Work Programme 16/03/2017

BUDGET AND FINANCIAL AFFAIRS SERVICE OP/EUI/BFA/2018/001

Bank Services for the GSA

DUBLIN DOCKLANDS DEVELOPMENT AUTHORITY

D-Frankfurt-on-Main: ECB - T147b supply of furniture for the new ECB premises 2012/S Contract notice T147b, final 17.4.

TENDER SPECIFICATIONS ATTACHED TO THE INVITATION TO TENDER

Technical Specifications. Invitation to Tender Travel Agency Services July 2017

GRANT APPLICATION. applicant selects option Programme CZ07 - Scholarship Programme and Bilateral Scholarship Programme

Open Call for Consulting Services Consultant for Mapping of funding opportunities for Roma integration measures, policies and programs

FELLOWSHIP AGREEMENT

Expression of Interest for First Loss Portfolio Guarantee Financial Instrument. Applicant submitting the Expression of Interest:

Funded Risk Sharing Financial Instrument, Call for EoI No. JER-001/2012/1

ANNEX I TO THE INVITATION TO TENDER

MULTISECTOR EMERGENCY RESPONSE ACTION FOR POPULATION IN EMERGENCIES AND CRISIS IN SOUTH CENTRAL SOMALIA/SOMALILAND

Applicant submitting the Expression of Interest:

Specifications attached to the Invitation to Tender

INVITATION to TENDER

Belgium-Brussels: IPA Support for the management of the EU funds 2016/S Service contract notice

Request for Tenders for the Provision of Actuarial Services to The Health Insurance Authority

Interreg Alpine Space programme

EXPRESSION OF INTEREST

ANNEX I - TENDER SPECIFICATIONS ATTACHED TO THE INVITATION TO TENDER

MARCO POLO GRANT AGREEMENT 1

UK-Worcester: Repair and maintenance services 2013/S Contract notice. Works

Specifications Invitation to tender No VT/2009/013

Interreg IPA Cross-border Cooperation Programme Greece-Albania

Goal General Terms and Conditions

Version DG EAC of 6/8/04. EUROPEAN COMMISSION Directorate-General for Education and Culture. GRANT AGREEMENT for an ACTION * AGREEMENT NUMBER - [ ] 1

Accountable Grant Arrangement

FRAMEWORK PARTNERSHIP AGREEMENT

GRANT AGREEMENT for a: Leonardo da Vinci Partnership. Under the Lifelong Learning Programme 1. AGREEMENT NUMBER: xxxx-xx-xx-xx-xx-xx

PREQUALIFICATION /REGISTRATION OF SUPPLIERS FY

Mono-Beneficiary Model Grant Agreement

Subject: JESSICA Holding Fund in Lithuania Selection of Financial Intermediaries

Annex III Model Specific contracts

Annex I to the Open Call for Expression of Interest to select Financial Intermediaries under the SME Initiative Malta

GRANT AGREEMENT for a: Project with multiple beneficiaries under the ERASMUS+ Programme 1. AGREEMENT NUMBER [EPLUS LINK Generated No.

Tender specifications. Provision of consultancy services and licences for pan-european geo-referenced datasets. Open call for tender EEA/SES/09/002

Accountable Grant Arrangement

Financial Guidelines for Beneficiaries EDCTP Association October 2016

Invitation to tender related to a contract to organise three seminars on trade policy for civil society in new Member States

Invitation to Tender

Roma Integration 2020

Call for Expression of Interest No JAS-BE/20. /06 for the selection of f JASMINE Technical Assistance Beneficiaries

Greece The former Yugoslav Republic of Macedonia IPA Cross-Border Programme SUBSIDY CONTRACT A

Annex X to the Model LIFE Grant Agreement Financial and Administrative Guidelines

Service contract: Integrated measures in agriculture to reduce ammonia emissions

Coordinators' day on ICT PSP project management Financial Issues, Reporting, payments, cost claims and Certification Modalities

Terms and Conditions Applicable to the Model Contract for Consulting Services

Call for Expressions of Interest

Subject: Jessica II Fund of Funds Lithuania. Selection of Financial Intermediaries

REPUBLIC OF BULGARIA MINISTER OF TRANSPORT, INFORMATION TECHNOLOGY AND COMMUNICATIONS

Education, Audiovisual and Culture Executive Agency GRANT AGREEMENT FOR AN ACTION WITH MULTIPLE BENEFICIARIES AGREEMENT NUMBER [ ] PROJECT NUMBER [.

GRANT AGREEMENT for a: Project with multiple beneficiaries under the ERASMUS+ Programme 1. AGREEMENT NUMBER [EPLUS LINK Generated No.

Annex III Model specific grant agreement

Germany-Frankfurt-on-Main: ECB - Consultancy services for risk management PRO /S Contract notice. Services

Education, Audiovisual and Culture Executive Agency

Official Journal of the European Union

MARCO POLO GRANT AGREEMENT 1

CALL FOR SUBMISSION OF APPLICATIONS FOR THE UNION ACTION EUROPEAN CAPITAL OF CULTURE FOR THE YEAR 2024 IN ESTONIA

Guide to Financial Issues relating to Indirect Actions of the Sixth Framework Programmes

REQUEST FOR PROPOSAL FOR THE FACILITATION OF A STRATEGIC PLANNING SESSION FOR THE THREE YEARS REFERENCE NUMBER: RFP/STR01/2018

Technical Specifications and monitoring. Travel Agency Services Invitation to tender n OJ/06/08/2013-PROC/2013/006

Annex IV to the Open Call for Expression of Interest to select Financial Intermediaries under the Silesia EIF Fund of Funds

PRE-QUALIFICATION QUESTIONNAIRE TRAINING PROVIDERS IN BANKING SERVICES / PRODUCTS INCLUDING BANCASSURANCE, DIASPORA AND ISLAMIC BANKING

Greece The former Yugoslav Republic of Macedonia IPA Cross-Border Programme OVERALL CONTRACT. Document No. 12.1: OVERALL MA CONTRACT

Gozo Channel Company Limited The Brokerage, Level 2, St. Martha Street, Victoria, Gozo

Annex II Draft specific grant agreement

Section I: Contracting Authority

# 11 HANDICAP INTERNATIONAL GOOD BUSINESS PRACTICES

EU-GCC TRADE AND BUSINESS COOPERATION FACILITY

2017 Bank of Jamaica All Rights Reserved July 2017

NOTICE ON PROCUREMENT

Call for Expressions of Interest - Ref. IR-899. Title : JESSICA Holding Fund Andalucía

SPECIAL CONDITIONS OF TENDER

UK-Beverley: construction work 2008/S CONTRACT NOTICE. Works

JITS funding guide. JITS Network Secretariat. 08 January Version 3

PART II GENERAL CONDITIONS. (b) be responsible for complying with any legal obligations incumbent on it;

DRAFT SERVICE CONTRACT

European Commission Directorate General for Development and Cooperation - EuropeAid

Education, Audiovisual and Culture Executive Agency GRANT AGREEMENT FOR AN ACTION WITH MULTIPLE BENEFICIARIES AGREEMENT NUMBER [ ]

Education Funding Agency

Guide to Financial Issues relating to ICT PSP Grant Agreements

AUDIT CERTIFICATE GUIDANCE NOTES 6 TH FRAMEWORK PROGRAMME

Call for Applications for Financial Assistance for the Organisation of EJN Regional and National meetings

Multi-Beneficiary Model Grant Agreement

Multi-beneficiary Model Grant Agreement

UK-Leeds: construction work 2008/S CONTRACT NOTICE. Works

AUDIT CERTIFICATE WORKING NOTES 6 TH FRAMEWORK PROGRAMME

Transcription:

Specifications to invitation to tender COMP/2012/06 ANNEX II 1. Title of contract Customer Survey at Paris airports and Rome airport for DG Competition. 2. Purpose and context of the contract The contract is intended to complement DG Competition s market investigation in the ongoing anti-trust procedure COMP 39.964 AF-KL-DL-AZ. In January 2012 the European Commission has opened an investigation of the integrated transatlantic joint venture between Air France-KLM, Alitalia and Delta, all members of the SkyTeam airline alliance. The Commission is currently assessing possible competition concerns on the routes where at least two parties offer one-stop and/or non-stop services (overlap routes). The Commission bases its analysis inter alia on information from third parties such as affected airports, competitors and consumers. The views from customers are particularly relevant for the analysis of certain competition issues raised by the proposed agreement. For that reason the Commission is looking for external support to carry out a customer survey at both Paris Charles de Gaulle and Paris Orly airports, as well as Rome Fiumicino airport. 3. Subject of contract In order to carry out these customer surveys, the European Commission intends to conclude a contract for each of the following lots: Lot No 1: Customer Survey at Paris Charles de Gaulle airport and Paris Orly airport. Lot No 2: Customer Survey at Rome Fiumicino airport. Tenderers may bid for one or both lots. However, a separate tender must be submitted for each lot.

LOT 1 Customer Survey at Paris Charles de Gaulle airport and Paris Orly airport I.1. Main duties of the Contractor The purpose of the survey is to obtain a representative sample of responses from customers who depart from Paris Charles de Gaulle airport and Paris Orly airport (also 'two Paris airports') to certain specific destinations. For that purpose, the Commission will develop a self-completion questionnaire of about 20-30 questions (multiple-choice) which should be handed out to passengers (and collected from them) before departure at boarding gates of specific flights or in business lounges. The questionnaire will be made available in both French and English by the Commission. In this latter case, the contractor will need to identify the passengers travelling on the flights targeted by the survey and distribute questionnaires only to them. On the front page of the questionnaire, passengers will be asked to answer screening questions aimed at filtering out those passengers who should not be surveyed. 1 For the purpose of this contract the term 'sample' refers to the sample of questionnaires completed by passengers who have not been filtered out through this screening process, unless otherwise specified. A provisional draft of the questionnaire is attached. 2 The contractor is expected to collaborate with the Commission in the definition of the final version of the questionnaire to be implemented in the customer survey. At Paris Orly airport the customer survey will be carried out on one EU-U.S. route with a carrier operating at least two daily non-stop services. At Paris Charles de Gaulle airport the customer survey will be carried out on two EU-U.S. routes: (i) one route with several carriers operating at least two daily non-stop services each and (ii) one route with several carriers operating at least one daily non-stop service each. In addition, the Commission may also ask for a customer survey at Paris Charles de Gaulle airport on a third EU-U.S. route with several carriers operating at least one daily non-stop service each. The following conditions apply for each route: All carriers providing non-stop flights on the surveyed routes must be covered. Onestop flights should not be covered. As mentioned above, only "point to point" passengers should be surveyed. Connecting passengers will be excluded from the sample through the use of screening questions at the beginning of the questionnaire. The survey shall include passengers travelling in non-economy (first-class, business and premium economy) and economy classes. The responses should be representative of the share of each passenger category. In order to have a representative share of 1 2 These are transit passengers and passengers taking another flight immediately after the surveyed one. The draft questionnaire should just give an indication of the type and the number of questions that the Commission aims at asking. The Commission reserves the right to modify the questionnaire in its final version to be implemented in the survey. 2

passengers travelling in each cabin class, the survey should be conducted both at boarding gates and in business lounges of the airport. The Commission undertakes to obtain the necessary authorisation from carriers to facilitate access of the contractor to these business lounges. Collected responses should be representative of the share of flights departing during weekdays (Monday to Thursday) and weekends (Friday to Sunday) for each carrier. The collected responses should be representative of the share of flights departing at different time during the day for each carrier. Given the conditions specified above, the minimum sample size requirements are as follows: o A minimum of 800 completed questionnaires per route should be collected. A commitment to supply more responses would be an advantage. For the purpose of this condition, the number of completed questionnaires at the two Paris airports on the same route (i.e., to the same city in the U.S.) should be added up. o A minimum of 150 questionnaires completed per carrier per route should be collected. o A minimum of 250 questionnaires completed by non-economy class passengers per route should be collected. A commitment to supply more responses would be a significant advantage. For the purpose of this condition, the number of completed questionnaires at the two Paris airports on the same route (i.e., to the same city in the U.S.) should be added up. o A minimum of 40 questionnaires completed by non-economy class passengers per carrier per route should be collected. The Contractor should immediately inform the Commission if any of the above specified conditions cannot be met due to objectively justified reasons. After its assessment, the Commission may take a decision to reduce the minimum sample size for any or all of the above specified conditions, while reducing the price of the contract proportionally. Final selection of flights on each respective route will be agreed upon with the Commission to ensure a balanced sample. The contractor is expected to collect filled out questionnaires and record replies in an Excel table. This Excel table together with the filled questionnaires are the final deliverable in the contract. For a customer survey on the three EU-U.S. routes out of the two Paris airports, there must be at least 2400 observations (i.e. 2400 filled-out questionnaires) in the table. For a customer survey on the four EU-U.S. routes out of the two Paris airports, there must be at least 3200 observations (i.e. 3200 filled-out questionnaires) in the table. I.2. Timetable The survey should be completed in no later than two and a half months from the signature of the contract. Each Friday, since the start of the customer survey, the Contractor should provide a weekly progress report with the number of completed questionnaires according to the conditions specified above. By the deadline, the contractor must provide the Commission with the results of the survey in electronic format (Excel). 3

All completed questionnaires (paper versions) must be submitted to the Commission within one week from the submission of the results in the electronic format. I.3. Volume For a customer survey on the three EU-U.S. routes out of the two Paris airports, the budget of the contract, including all costs, travel and incidental expenses, cannot exceed Euro 67.500,00 for its total duration. For a customer survey on the four EU-U.S. routes out of the two Paris airports, the budget of the contract, including all costs and incidental expenses, cannot exceed Euro 90.000,00 for its total duration. The tenderer should however be aware that the contract will be awarded to the tender offering the best value for money. I.4. Price Prices must be quoted in EUR ( ). The tenderer must quote a price for a survey on three routes as well as a price for four routes. Prices should be quoted free of all duties, taxes and other charges, including VAT, as the Commission is exempt from such charges under Articles 3 and 4 of the Protocol on the privileges and immunities of the European Union. Prices must be fixed and not subject for revision. The price should be presented as lump sum, including all costs, travel and incidental expenses. However, the tenderer must specify for each category of staff to be involved in the project; the total labour costs; the daily rates and total number of days (man-days) each member of staff will contribute to the project; other categories of costs, indicating the nature of the cost, the total amount, the unit price and the quantity. Costs incurred in preparing and submitting tenders are borne by the tenderers and cannot be reimbursed. I.5. Terms of payment Payments shall be made in accordance with Articles I.4 of the draft service contract. I.6. Contractual terms The services specified above will be the subject of a contract drawn up between the DG Competition and the tenderer to whom the contract is awarded. This contract will lay down the legal, financial, administrative, and technical conditions applicable for its period of validity. The draft contract is attached to the Invitation to Tender. In drawing up his bid, the tenderer should bear in mind the provisions of this draft contract. This contract will be proposed to the successful tenderer. By submitting an offer, the tenderer accepts the conditions of this contract. 4

Subcontracting during contract performance is only possible after prior written approval by the Commission. In any case the contractor remains solely responsible for the performance of the contract. I.7. Place of performance The place of performance of the tasks shall be the Contractor's premises or any other place indicated in the tender, with the exception of the Commission's premises. I.8. Requirement as to the tender I.8.1. Exclusion criteria Tenderers shall be excluded from participation in this procurement procedure if: (a) (b) (c) (d) (e) (f) 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, and are in any analogous situation arising from a similar procedure provided for in national legislation or regulations; they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata; they have been guilty of grave professional misconduct proven by any means which the contracting authorities can justify; they have not fulfilled all their 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 they are established, with those of the country of the contracting authority and those of the country where the contract is to be carried out; they have been the subject of a judgement which has the force of res judicata for fraud, corruption, involvement in a criminal organisation or any other illegal activity detrimental to the Union's financial interests; they are the subject of the administrative penalty for being guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the procurement procedure or failing to supply an information, or being declared to be in serious breach of his obligation under contract covered by the budget. Tenderers must provide a declaration on honour that they are not in one of the abovementioned situations. Wherever the tenderer is a consortium of firms or groups of service providers, the above-mentioned information must be provided for each member or group. This also applies to sub-contractors. Only the tenderer to whom the contract is to be awarded shall be required to submit, before signing the Contract, evidence confirming his declaration on honour, by providing: 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 5

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. However, in case such evidence confirming the declaration on honour has already been submitted to the Commission for the purpose of another procurement procedure, and provided that the issuing date of the documents does not exceed one year and that they are still valid, the tenderer to whom the Contract is to be awarded is allowed to send a copy of the relevant documentation together with a declaration on honour that no changes in his situation have occurred. Contracts may not be awarded to tenderers who, during the procurement procedure: (a) (b) are subject to a conflict of interest, 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. I.8.2. Selection criteria Tenderers must provide evidence of economic, financial, technical and professional capacity. Tenderers who do not provide the documentation specified, or who are judged, on the basis of the documentation provided, not to have fulfilled the criteria specified below, will be excluded. Status and legal capacity For natural and legal persons: Name, address, telephone and fax numbers VAT registration number Bank account number and bank s name and address Certificate of enrolment on the professional trade register in accordance with the legislation of the Member State in which the tenderer is established For legal persons the following information is necessary in addition to the above: legal status copy of the company s memorandum and articles of association names and duties of managerial staff 6

Economic and financial capacity Proof of economic and financial capacity may be furnished by one or more of the following documents: appropriate statements from banks or evidence of professional risk indemnity insurance; 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; a statement of overall turnover and turnover concerning the services covered by the contract during the last three financial years. If, for some exceptional reason which the Commission considers justified, the tenderer or candidate is unable to provide the references requested by the Commission, he may prove his economic and financial capacity by any other means which the Commission considers appropriate. Technical and professional capacity The European Commission will evaluate requests to participate in the light of the tenderer s technical and professional capacity. The tenderer must comply with the following criteria: a) at least two consumer surveys carried out within the last 36 months; b) commitment to obtain in the shortest possible time the necessary access clearance to conduct surveys at the two Paris airports. Evidence for the technical and professional capacity may be provided by the following documents: a) a list and a description of related experience with at least two consumer surveys carried out within the last 36 months; b) a written commitment to obtain in the shortest possible time the necessary access clearance to conduct surveys at the two Paris airports. Where the services referred to in point (a) are provided to contracting authorities (incl. the Commission), evidence of performance shall be in the form of certificates issued or countersigned by the competent authority. I.8.3. Award criteria The contract will be awarded based on the best value for money and the selected tenders will be evaluated according to the following criteria and points scored for each criterion. The total number of points is one hundred. The qualitative criteria comprise the number of replies per route. A higher score can be reached if you can cover more than the required minima for sample size: this applies in 7

particular for the number of replies required per route (800) and per non-economy passengers per route (250). The following award criteria will be applied: N Award criteria Weighting (max. points) I. Qualitative criteria a. b. II. The minimum number of replies per route awards 15 points. Every 20 replies above the minimum award 1 point. The minimum number of non-economy passengers per route awards 25 points. Every 10 replies above the minimum award 1 point. Price criterion 30 50 20 Total points 100 For the calculation of the price criterion (criterion II) the following formula will be applied: score for tender X = cheapest price/price of tender X * 20 The tender with the highest total points will be chosen. I.9. Submission of bids The tenderer's bid must comprise: An administrative part including all the information and documents required by the contracting authority for the appraisal of tenders on basis of the exclusion and selection criteria set out under paragraph I.8.1. and I.8.2. of these specifications. The following documents should be filled in and signed: Information concerning the tenderer Certification with respect to the exclusion criteria Legal entity file Financial identification An authorised representative of the candidate must complete and sign the identification form and a bank identification form. Those two forms are provided for each Member State is available at the following Internet address: http://ec.europa.eu/budget/contracts_grants/info_contracts/legal_entities/legal_entities_en.cfm http://ec.europa.eu/budget/contracts_grants/info_contracts/index_en.cfm 8

In addition, the Commission reserves the right to request after the submission of the tender any document that the Commission judges necessary for the evaluation of the bid. Those requests may refer to any evidence of the information requested in the identification form, in particular those relating to the legal existence of the candidate, its enrolment in a professional or trade register or the appointment of its legal representatives. It would be helpful, however, to provide those documents already in the tender. A technical part including all the information and documents required by the contracting authority for the appraisal of tenders based on the award criteria set out under paragraph I.8.3. of these specifications. A financial part setting out prices in accordance with paragraph I.4. of these specifications The tender may be drawn up in one of the official languages of the European Union. The tender must be signed. Tenders submitted by consortia or groups of service providers must specify the role, title and experience of each member of the group. 9

II.1. Main duties of the Contractor LOT 2 Customer Survey at Rome Fiumicino airport The purpose of the survey is to obtain a representative sample of responses from customers who depart from the Rome Fiumicino airport to certain specific destinations. For that purpose, the Commission will develop a self-completion questionnaire of about 20-30 questions (multiple-choice) which should be handed out to passengers (and collected from them) before departure at boarding gates of specific flights or in business lounges. The questionnaire will be made available in both Italian and English by the Commission. In this latter case, the contractor will need to identify the passengers travelling on the flights targeted by the survey and distribute questionnaires only to them. On the front page of the questionnaire, passengers will be asked to answer screening questions aimed at filtering out those passengers who should not be surveyed. 3 For the purpose of this contract the term 'sample' refers to the sample of questionnaires completed by passengers who have not been filtered out through this screening process, unless otherwise specified. A provisional draft of the questionnaire is attached. 4 The contractor is expected to collaborate with the Commission in the definition of the final version of the questionnaire to be implemented in the customer survey. The customer survey will be carried out at Rome Fiumicino airport on one EU-U.S. route with several carriers operating at least 1 daily frequency. The following conditions apply for this route: All carriers providing non-stop flights on the surveyed route must be covered. Onestop flights should not be covered. As mentioned above, only "point to point" passengers should be surveyed. Connecting passengers will be excluded from the sample through the use of screening questions at the beginning of the questionnaire. The survey shall include passengers travelling in non-economy (first-class, business and premium economy) and economy classes. The responses should be representative of the share of each passenger category. In order to have a representative share of passengers travelling in each cabin class, the survey should be conducted both at boarding gates and in business lounges of the airport. The Commission undertakes to obtain the necessary authorisation from carriers to facilitate access of the contractor to these business lounges. Collected responses should be representative of the share of flights departing during weekdays (Monday to Thursday) and weekends (Friday to Sunday) for each carrier. 3 4 These are transit passengers and passengers taking another flight immediately after the surveyed one. The draft questionnaire should just give an indication of the type and the number of questions that the Commission aims at asking. The Commission reserves the right to modify the questionnaire in its final version to be implemented in the survey. 10

The collected responses should be representative of the share of flights departing at different time during the day for each carrier. Given the conditions specified above, the minimum sample size requirements are as follows: o A minimum of 800 completed questionnaires should be collected. A commitment to supply more responses would be an advantage. o A minimum of 150 questionnaires completed per carrier should be collected. o A minimum of 250 questionnaires completed by non-economy class passengers should be collected. A commitment to supply more responses would be a significant advantage. o A minimum of 40 questionnaires completed by non-economy class passengers per carrier should be collected. The Contractor should immediately inform the Commission if any of the above specified conditions cannot be met due to objectively justified reasons. After its assessment, the Commission may take a decision to reduce the minimum sample size for any or all of the above specified conditions, while reducing the price of the contract proportionally. Final selection of flights on the respective route will be agreed upon with the Commission to ensure a balanced sample. The contractor is expected to collect filled out questionnaires and record replies in an Excel table. This Excel table together with the filled questionnaires are the final deliverable in the contract. There must be at least 800 observations (i.e. 800 filled-out questionnaires) in the table. II.2. Timetable The survey should be completed in no later than two and a half months from the signature of the contract. Each Friday, since the start of the customer survey, the Contractor should provide a weekly progress report with the number of completed questionnaires according to the conditions specified above. By the deadline, the contractor must provide the Commission with the results of the survey in electronic format (Excel). All completed questionnaires (paper versions) must be submitted to the Commission within one week from the submission of the results in the electronic format. II.3. Volume The budget of the contract, including all costs, travel and incidental expenses, cannot exceed Euro 12.000,00 for its total duration. The tenderer should however be aware that the contract will be awarded to the tender offering the best value for money. II.4. Price Prices must be quoted in EUR ( ). Prices should be quoted free of all duties, taxes and other charges, including VAT, as the Commission is exempt from such charges under Articles 3 and 4 of the Protocol on the privileges and immunities of the European Union. 11

Prices must be fixed and not subject for revision. The price should be presented as lump sum, including all costs, travel and incidental expenses. However, the tenderer must specify for each category of staff to be involved in the project; the total labour costs; the daily rates and total number of days (man-days) each member of staff will contribute to the project; other categories of costs, indicating the nature of the cost, the total amount, the unit price and the quantity. Costs incurred in preparing and submitting tenders are borne by the tenderers and cannot be reimbursed. II.5. Terms of payment Payments shall be made in accordance with Articles I.4 and of the draft service contract. II.6. Contractual terms The services specified above will be the subject of a contract drawn up between the DG Competition and the tenderer to whom the contract is awarded. This contract will lay down the legal, financial, administrative, and technical conditions applicable for its period of validity, including price indexation. The draft contract is attached to the Invitation to Tender. In drawing up his bid, the tenderer should bear in mind the provisions of this draft contract. This contract will be proposed to the successful tenderer. By submitting an offer, the tenderer accepts the conditions of this contract. Subcontracting during contract performance is only possible after prior written approval by the Commission. In any case the contractor remains solely responsible for the performance of the contract. II.7. Place of performance The place of performance of the tasks shall be the Contractor's premises or any other place indicated in the tender, with the exception of the Commission's premises. II.8. Requirement as to the tender II.8.1. Exclusion criteria Tenderers shall be excluded from participation in this procurement procedure if: (a) (b) (c) (d) 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, and are in any analogous situation arising from a similar procedure provided for in national legislation or regulations; they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata; they have been guilty of grave professional misconduct proven by any means which the contracting authorities can justify; they have not fulfilled all their obligations relating to the payment of social security contributions and the payment of taxes in accordance with the legal provisions of the 12

(e) (f) country in which they are established, with those of the country of the contracting authority and those of the country where the contract is to be carried out; they have been the subject of a judgement which has the force of res judicata for fraud, corruption, involvement in a criminal organisation or any other illegal activity detrimental to the Union's financial interests; they are the subject of the administrative penalty for being guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the procurement procedure or failing to supply an information, or being declared to be in serious breach of his obligation under contract covered by the budget. Tenderers must provide a declaration on honour that they are not in one of the abovementioned situations. Wherever the tenderer is a consortium of firms or groups of service providers, the above-mentioned information must be provided for each member or group. This also applies to sub-contractors. Only the tenderer to whom the contract is to be awarded shall be required to submit, before signing the Contract, evidence confirming his declaration on honour, by providing: 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. However, in case such evidence confirming the declaration on honour has already been submitted to the Commission for the purpose of another procurement procedure, and provided that the issuing date of the documents does not exceed one year and that they are still valid, the tenderer to whom the Contract is to be awarded is allowed to send a copy of the relevant documentation together with a declaration on honour that no changes in his situation have occurred. Contracts may not be awarded to tenderers who, during the procurement procedure: (a) (b) are subject to a conflict of interest, 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. 13

II.8.2. Selection criteria Tenderers must provide evidence of economic, financial, technical and professional capacity. Tenderers who do not provide the documentation specified, or who are judged, on the basis of the documentation provided, not to have fulfilled the criteria specified below, will be excluded. Status and legal capacity For natural and legal persons: Name, address, telephone and fax numbers VAT registration number Bank account number and bank s name and address Certificate of enrolment on the professional trade register in accordance with the legislation of the Member State in which the tenderer is established For legal persons the following information is necessary in addition to the above: legal status copy of the company s memorandum and articles of association names and duties of managerial staff Economic and financial capacity Proof of economic and financial capacity may be furnished by one or more of the following documents: appropriate statements from banks or evidence of professional risk indemnity insurance; 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; a statement of overall turnover and turnover concerning the services covered by the contract during the last three financial years. If, for some exceptional reason which the Commission considers justified, the tenderer or candidate is unable to provide the references requested by the Commission, he may prove his economic and financial capacity by any other means which the Commission considers appropriate. Technical and professional capacity The European Commission will evaluate requests to participate in the light of the tenderer s technical and professional capacity. The tenderer must comply with the following criteria: a) at least two consumer surveys carried out within the last 36 months; 14

b) commitment to obtain in the shortest possible time the necessary access clearance to conduct surveys at Rome Fiumicino airports. Evidence for the technical and professional capacity may be provided by the following documents: a) a list and a description of related experience with at least two consumer surveys carried out within the last 36 months; b) a written commitment to obtain in the shortest possible time the necessary access clearance to conduct surveys at Rome Fiumicino airports. Where the services referred to in point (a) are provided to contracting authorities (incl. the Commission), evidence of performance shall be in the form of certificates issued or countersigned by the competent authority. I.8.3. Award criteria The contract will be awarded based on the best value for money and the selected tenders will be evaluated according to the following criteria and points scored for each criterion. The total number of points is one hundred. The qualitative criteria comprise the number of replies per route. A higher score can be reached if you can cover more than the required minima for sample size: this applies in particular for the number of replies required per route (800) and per non-economy passengers per route (250). The following award criteria will be applied: N Award criteria Weighting (max. points) I. Qualitative criteria a. b. II. The minimum number of replies per route awards 15 points. Every 20 replies above the minimum award 1 point. The minimum number of non-economy passengers per route awards 25 points. Every 10 replies above the minimum award 1 point. Price criterion 30 50 20 Total points 100 For the calculation of the price criterion (criterion II) the following formula will be applied: score for tender X = cheapest price/price of tender X * 20 The tender with the highest total points will be chosen. 15

II.9. Submission of bids The tenderer's bid must comprise: An administrative part including all the information and documents required by the contracting authority for the appraisal of tenders on basis of the exclusion and selection criteria set out under paragraph II.8.1. and II.8.2. of these specifications. The following documents should be filled in and signed: Information concerning the tenderer Certification with respect to the exclusion criteria Legal entity file Financial identification An authorised representative of the candidate must complete and sign the identification form and a bank identification form. Those two forms are provided for each Member State is available at the following Internet address: http://ec.europa.eu/budget/contracts_grants/info_contracts/legal_entities/legal_entities_en.cfm http://ec.europa.eu/budget/contracts_grants/info_contracts/index_en.cfm In addition, the Commission reserves the right to request after the submission of the tender any document that the Commission judges necessary for the evaluation of the bid. Those requests may refer to any evidence of the information requested in the identification form, in particular those relating to the legal existence of the candidate, its enrolment in a professional or trade register or the appointment of its legal representatives. It would be helpful, however, to provide those documents already in the tender. A technical part including all the information and documents required by the contracting authority for the appraisal of tenders based on the award criteria set out under paragraph II.8.3. of these specifications. A financial part setting out prices in accordance with paragraph II.4. of these specifications The tender may be drawn up in one of the official languages of the European Union. The tender must be signed. Tenders submitted by consortia or groups of service providers must specify the role, title and experience of each member of the group. 16