Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: Executive Agency for Small and Medium-sized Enterprises, EASME.A.1.4 — Enterpreneurship
Postal address: Covent Garden (COV2), Place Charles Rogier 16
Town: Brussels
NUTS code:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: B-1049
Country: Belgium
E-mail:
easme-procurement@ec.europa.euInternet address(es): Main address:
http://ec.europa.eu/easme/ I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Collecting Good Practices and Raising Awareness on Socially Responsible Public Procurement
Reference number: EASME/2019/OP/0004
II.1.2)Main CPV code79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contractServices
II.1.4)Short description:
EASME is launching this invitation to tender for a service contract for the collection of good practices on socially responsible public procurement and the launch of a dissemination/communication campaign on socially responsible public procurement which will target all relevant stakeholders. The Contractor will have 2 main tasks:
(i) collecting good practices of EU public buyers on socially responsible public procurement; and
(ii) devising and implementing a dissemination and communication campaign on socially responsible public procurement for 2 target audiences.
II.1.5)Estimated total valueValue excluding VAT: 340 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Main site or place of performance:
The tasks are to be performed at the premises designated by the contractor, save where meetings are to be held at EASME's or the European Commission.
II.2.4)Description of the procurement:
The contractor will have 2 main tasks:
WP 1: Collecting good practices of EU public buyers on socially responsible public procurement.
WP 2: Dissemination and communication campaign on socially responsible public procurement for 3 different target audiences.
The tasks to be carried out by the Contractor are further detailed in the tender specifications in Section 1.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 340 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
C(2018) 6983 final 1 to the Commission Implementing Decision on amending the Implementing Decision C(2017)7293 on the adoption of the work programme for 2018 and on the financing of the Programme for the Competitiveness of Enterprises and Small and Medium-sized Enterprises. The item - GRO/SME/18/D/02.
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 registersList and brief description of conditions:
See Internet address provided in Section I.3).
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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 contractObligation 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 procedureOpen 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 20/03/2019
Local time: 16:00
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:English, Bulgarian, Czech, Danish, German, Greek, 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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 21/03/2019
Local time: 10:30
Place:
Covent Garden (COV2), Place Charles Rogier 16, 1049 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 recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:04/02/2019