Services - 84328-2018

24/02/2018    S39

Belgium-Brussels: European Natural Hazard Scientific Partnership

2018/S 039-084328

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Directorate-General for European Civil Protection and Humanitarian Aid Operations (ECHO)
Town: Brussels
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Country: Belgium
E-mail: ECHO-ERCC-ANALYTICAL-TEAM@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/echo/funding-evaluations/public-procurement/calls-for-tender_en
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=3249
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
Other activity: Scientific Advice on Natural Disasters

Section II: Object

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

European Natural Hazard Scientific Partnership

Reference number: ECHO/A2/SER/2018/05
II.1.2)Main CPV code
38290000 Surveying, hydrographic, oceanographic and hydrological instruments and appliances
II.1.3)Type of contract
Services
II.1.4)Short description:

The objective of the envisaged “European Natural Hazard Scientific Partnership” (ENHSP) is to exploit science and technology within the disaster risk management field, reinforcing the linkages between civil protection and scientific communities at European level, including the ERCC, the ERCC Analytical Team and the JRC.

The expected overall result of the present contract should be a strengthened capacity of the ERCC and the ERCC Analytical Team in the field of early warning and impact assessment capacity for natural hazards in Europe, as well as at a global level.

II.1.5)Estimated total value
Value excluding VAT: 900 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: 00 Not specified
II.2.4)Description of the procurement:

The objective of the envisaged “European Natural Hazard Scientific Partnership” (ENHSP) is to exploit science and technology within the disaster risk management field, reinforcing the linkages between civil protection and scientific communities at European level, including the ERCC, the ERCC Analytical Team and the JRC.

The expected overall result of the present contract should be a strengthened capacity of the ERCC and the ERCC Analytical Team in the field of early warning and impact assessment capacity for natural hazards in Europe, as well as at a global level.

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: 900 000.00 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 contract is renewed automatically 2 times for 12 months each, unless one of the parties receives formal notification to the contrary at least 3 months before the end of the ongoing duration. Renewal does not change or postpone any existing obligations.

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: Civil Protection Work Programme 2018
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:

Proof that the tenderers are authorised to perform the contract under national law, as evidenced by inclusion in a professional or trade register or a sworn declaration or certificate, membership of a specific organisation, express authorisation, or entry in the VAT register.

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
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: 18/04/2018
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, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 25/04/2018
Local time: 10:00
Place:

Rue de la Loi 86, B-1040 Brussels.

Information about authorised persons and opening procedure:

A maximum of two representatives per tender can attend the opening of tenders as provided in Section IV.2.7 of the contract notice. For organisational and security reasons, the tenderer must provide the full name and ID or passport number of the representatives at least 3 working days in advance to: ECHO-ERCC-ANALYTICAL-TEAM@ec.europa.eu. Failing that, the contracting authority reserves the rig.

Section VI: Complementary information

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

Pursuant to Articles 134(1)(e) and 134(3) of the rules of application to the Financial Regulation applicable to the general budget of the European Union the Commission reserves the right to use a negotiated procedure without prior publication of a contract notice in case new services, consisting in the repetition of similar services entrusted to the economic operator awarded the initial contract, are deemed necessary. The value of the new services may not exceed the initial estimated value of the framework contract.

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: 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 the absence thereof, of the day on which it came to the knowledge of the plaintiff. A complaint to the European Ombudsman does not have an effect either to suspend this period or to open a new period for lodging appeals.

VI.5)Date of dispatch of this notice:
14/02/2018