There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Services - 40719-2018

30/01/2018    S20

Belgium-Brussels: Updating consumers and marketing law content for the Consumer Law section of the e-Justice Portal

2018/S 020-040719

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, DG Justice, Unit JUST/04 Programme and Financial Management
Postal address: Office MO59 04/21
Town: Brussels
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Postal code: 1049
Country: Belgium
E-mail: just-04-cft@ec.europa.eu
Telephone: +32 22981708
Internet address(es):
Main address: http://ec.europa.eu/justice/newsroom/contracts/index_en.htm
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3057
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3057
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Updating consumers and marketing law content for the Consumer Law section of the e-Justice Portal

Reference number: JUST/2017/CONS/PR/CO02/0059
II.1.2)Main CPV code
72300000 Data services - QB07 - QB05
II.1.3)Type of contract
Services
II.1.4)Short description:

The purpose of this contract is to provide services to the Commission, by continuously updating the information contained in the Consumer Law section of the e-Justice Portal.

The geographical scope of the work should cover all Member States of the European Union.

II.1.5)Estimated total value
Value excluding VAT: 800 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72300000 Data services - QB05 - QB07
II.2.3)Place of performance
NUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:

Contractor's premises.

II.2.4)Description of the procurement:

The Contractor should carry out the following tasks:

a) EU consumer legislation: update the EU-level legislation in the database, whenever necessary. All texts are available in all languages from EUR-Lex.

b) Citizens' summaries: The contractor should prepare introductory texts of approximately 250 words per directive summarising the contents of each of the directives for laymen readers. These can be based on the existing summaries of legislation on Eur-Lex, where these exist.

c) Compilation of national legislation, case law and administrative practice: The objective is the identification of changes in, and introduction of new, national transposition measures, related legislation, as well as identification of leading national jurisprudence and relevant administrative decisions and other relevant material (e.g. guidelines issued by national enforcement authorities, codes of conduct) across all Member States.

d) Annotations: The objective is to provide reliable and easily understandable information for both practising lawyers and interested laymen. Summaries of national jurisprudence and relevant administrative decisions including a short and clear description of facts, legal issues and any other relevant additional information should be prepared by the contractor.

e) Doctrine/legal literature: The contractor should identify leading national and European academic and practical publications in the area of the directives within the scope, including on their national implementation.

f) Description of the national enforcement systems in Member States: The contractor should keep updated the summaries of national enforcement systems which Member States have adopted to implement the directives within the scope.

g) Translations of national rules into English: where the Member States have provided it to the Commission, the Commission will make available to the contractor the translations into English of new or updated national transposition measures. The contractor should ensure that the quality of these draft translations is reviewed by a lawyer / jurist-linguist and improved where necessary. Wherever new or updated transposition was not provided to the Commission in English, the contractor is required to translate national transposition measures (for each directive and each concerned Member State) themselves.

h) The content of the database is to be kept organised and corrected, wherever a need becomes apparent, to improve the quality of the database or when Member States' authorities or other users inform the Commission or the contractor of mistakes or gaps. The contractor will verify and update it in agreement with the Commission.

i) Before uploading any substantial updates into the e-Justice Portal, the contractor will give the respective Consumer Protection Cooperation Authority with responsibility for enforcing consumer and marketing legislation the opportunity (maximum four weeks) to check and possibly complete updates that concern that country. For that purpose the contractor will be provided with a list of contact points it will keep updated and share with the Commission.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

The duration of the contract will be for one year from the date of signature and may be renewed 3 times.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: work programme for 2017 and the financing of the Rights, Equality and Citizenship Programme
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

See Internet address provided in Section I.3.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See Internet address provided in Section I.3.

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 06/03/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)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
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 08/03/2018
Local time: 11:00
Place:

Rue Montoyer 59, 1040 Brussels, Belgium.

Information about authorised persons and opening procedure:

See Internet address provided in Section I.3.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.2)Body responsible for mediation procedures
Official name: Same as above.
Town: Luxembourg
Country: Luxembourg
VI.5)Date of dispatch of this notice:
18/01/2018