Services - 52527-2020

Submission deadline has been amended by:  146893-2020
04/02/2020    S24

Belgium-Brussels: Framework Contract for Evaluation, Impact and Compliance Assessment, Policy Support and Legal Analysis Services

2020/S 024-052527

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate — General for Justice and Consumers, Unit 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-PROCUREMENT@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/newsroom/just/news.cfm
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=5674
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=5674
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:

Framework Contract for Evaluation, Impact and Compliance Assessment, Policy Support and Legal Analysis Services

Reference number: JUST/2020/PR/03/001
II.1.2)Main CPV code
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contract
Services
II.1.4)Short description:

Lot 1: Evaluation, Impact Assessment and Related Policy Support Services in the Justice and Consumers Policy Areas

Lot 2: Legal Analysis Services, including Compliance Assessment of National Transposing Measures in the Justice and Consumers Policy Areas

Lot 3: Compliance Assessment and Legal Analysis Services Related to the Transfers of Personal Data from EU Member States to Third Countries

II.1.5)Estimated total value
Value excluding VAT: 27 750 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Evaluation, Impact Assessment and Related Policy Support Services in the Justice and Consumers Policy Areas

Lot No: 1
II.2.2)Additional CPV code(s)
75100000 Administration services
II.2.3)Place of performance
NUTS code: BE BELGIQUE-BELGIË
II.2.4)Description of the procurement:

The following assignments fall under the scope of Lot 1:

— evaluations,

— impact assessments,

— other policy support studies.

Assignments under Lot 1 can relate to either legislative or non-legislative initiatives (including delegated and implementing acts), as well as to expenditure programmes. Policy support studies will in particular provide prospective input for the development of future policies.

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: 15 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

Reneweable automatically twice for further 12 months each time.

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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Legal Analysis Services, including Compliance Assessment of National Transposing Measures in the Justice and Consumers Policy Areas

Lot No: 2
II.2.2)Additional CPV code(s)
75100000 Administration services
II.2.3)Place of performance
NUTS code: BE BELGIQUE-BELGIË
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
II.2.4)Description of the procurement:

The purpose of the framework contract under Lot 2 is consequently to provide services, which assist DG JUST in achieving the legal and policy objectives; it covers studies:

— in connection with the assessment of the compliance of the member states legislative and administrative measures with the Union legislation in the policy areas of Justice and Consumers (see Section II.2.1). This includes the national measures transposing directives, any national measure adopted in connection with Regulations in the policy areas of Justice and Consumers,

— in connection with the analysis of the application and interpretation by the national courts, of the European Union legislation in the policy areas of Justice and Consumers;

— in connection with the measures adopted in order to ensure application of the European Union legislation by the national administration, as well as national Ombudsmen and out-of-court resolution bodies in the policy areas of Justice and Consumers,

— in connection with any national administrative or legal measure adopted in the policy areas of Justice and Consumers and overlapping or complementing European Union law,

— in connection with any legal research of national legal frameworks applicable in specific areas of Justice and Consumers.

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: 11 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

Renewable twice automatically for further 12 months each time.

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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Compliance Assessment and Legal Analysis Services in the Justice and Consumers Policy Areas

Lot No: 3
II.2.2)Additional CPV code(s)
75000000 Administration, defence and social security services
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
II.2.4)Description of the procurement:

In general terms, assignments under this lot will consist of supporting DG just by analysing, assessing and evaluating the legal framework, institutional structures and practices for the protection of personal data in a group of third countries, a particular third country or part thereof or an international/regional organisation. The assessment of this framework will be done in relation to the EU legal framework. This may include countries having a single data protection law as well as countries having a complex data protection framework (e.g. recent sectorial laws or several layers of legislation). Both data transfers for commercial and law enforcement purposes may be addressed. The study may include an assessment of the conditions for government access for law enforcement/national security purposes.

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: 1 750 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

Renewable twice automatically for further 12 months each time.

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: no
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.2.3)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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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: 30/03/2020
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: 01/04/2020
Local time: 11:00
Place:

Commission building MO59, Rue Montoyer 59, 1040 Brussels, BELGIUM.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

For British tenderers:

Please be aware that after the United Kingdom's withdrawal from the EU, the rules of access to EU procurement procedures of economic operators established in third countries will apply to candidates or tenderers from the United Kingdom depending on the outcome of the negotiations. In case such access is not provided by legal provisions in force candidates or tenderers from the United Kingdom could be rejected from the procurement procedure.

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.5)Date of dispatch of this notice:
23/01/2020