Services - 71097-2018

16/02/2018    S33

Belgium-Bruxelles: Provision of a multi-source feedback mechanism for GSC managers and related coaching and possible consultancy services

2018/S 033-071097

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The General Secretariat of the Council of the European Union
Postal address: rue de la Loi 175
Town: Bruxelles
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: 1048
Country: Belgium
Contact person: The General Secretariat of the Council of the European Union
E-mail: tendering@consilium.europa.eu
Telephone: +32 22818062
Fax: +32 22800262
Internet address(es):
Main address: http://www.consilium.europa.eu/contacts/procurement
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=3245
Additional 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 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:

Provision of a multi-source feedback mechanism for GSC managers and related coaching and possible consultancy services

Reference number: UCA 17/077
II.1.2)Main CPV code
79414000 Human resources management consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The basic project which is the subject of the contract is described as follows:

The development and delivery of a customised multi-source feedback mechanism, follow-up coaching and possible consultancy services.

II.1.5)Estimated total value
Value excluding VAT: 1.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79998000 Coaching services
79400000 Business and management consultancy and related services
II.2.3)Place of performance
NUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:

Brussels.

II.2.4)Description of the procurement:

The General Secretariat of the Council will introduce a multi-source feedback mechanism to support the GSC managers develop their managerial competencies. The service will include the provision of follow-up coaching and possible related consultancy services.

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: 1.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

An initial duration of 24 months and the possibility of 2 x 12-month extensions.

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:

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

Economic operators that are interested in participating in this call for tenders must meet the following criteria:

— they must not be in any of the situations which would exclude them from participating in the procedure. These situations are set out in the “Declaration on Honour on Exclusion Criteria and Selection Criteria” (see “Procurement Documents” below),

— they must meet the economic, financial and technical capacity requirements to perform the contract. These requirements are listed under “Selection criteria” on the penultimate and last pages of the Declaration on Honour (see “Procurement Documents” below).

III.1.2)Economic and financial standing
List and brief description of selection criteria:

III.1.2) Economic and financial standing:

Selection criteria as stated in the procurement documents.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

III.1.3) Technical and professional ability:

Selection criteria as stated in the procurement documents.

III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:

III.2.1) Information about a particular profession (only for service contracts):

Execution of the different services required is reserved to persons holding profiles as described in the technical specifications under Section III.3.2.(ii).B. The tenderer should be able to provide the required declarations as described in the section on the evaluation criteria in the tender specifications and the supporting documents upon request.

III.2.2)Contract performance conditions:

III.2.2) Contract performance conditions:

The working languages, English and French, of the Council of the EU apply throughout the call for tenders and the exercise. The payment conditions are described in Section I.10. The contractor will be obliged to register and submit all invoices online via e-Prior. The penalty clauses mentioned in Section I.11 of the tender specifications are described in the framework contract under Article II.15.1.

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 a single operator
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: 19/03/2018
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:
English
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: 20/03/2018
Local time: 10:00
Place:

Brussels.

Information about authorised persons and opening procedure:

Information about authorized persons and opening procedure: The opening of offers may have to be rescheduled at short notice in case of unforeseen events taking place in or around the General Secretariat's premises on the planned date for the opening of offers.

Section VI: Complementary information

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

For a period of 3 years after the conclusion of the initial contract, the secretariat may use a negotiated procedure with the economic operator awarded this contract, without prior publication of a contract notice for new services consisting in the repetition of similar services provided that these services conform to the basic project described in II.1.4.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-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: Tribunal de l'union européenne
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.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge of the plaintiff an appeal has to be lodged with the General Court. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.

Time-limits are extended on account of distance by a fixed period of 10 days regardless of the place of establishment or habitual residence of the person concerned.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Secretariat of the Council — DGA4 — Unité de Coordination des Acquisitions (PCU)
Postal address: rue de la Loi 175
Town: Bruxelles
Postal code: 1048
Country: Belgium
E-mail: tendering@consilium.europa.eu
Telephone: +32 22818062
Fax: +32 22810262
Internet address: https://tendering.consilium.europa.eu
VI.5)Date of dispatch of this notice:
05/02/2018