Services - 97024-2016

23/03/2016    S58

Belgium-Brussels: Framework contract for services related to ‘ex post’ financial controls

2016/S 058-097024

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 Research and Innovation, Directorate J — Common Support Centre, Unit J.2
Postal address: Office ORBN 5/050
Town: Brussels
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Postal code: 1049
Country: Belgium
E-mail: RTD-CAS-2016-H2020-TENDERSOPENING@ec.europa.eu
Internet address(es):
Main address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1337
Address of the buyer profile: http://ec.europa.eu/research/index.cfm?pg=tenders-open
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=1337
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:

Framework contract for services related to ‘ex post’ financial controls.

Reference number: 2015/RTD/J2/OP/PP-03181-2015.
II.1.2)Main CPV code
73210000 Research consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

‘Ex post’ controls will be performed in order for the contractors to provide an opinion on whether the costs declared and paid on the basis of the EU grant agreements are in line with the financial provisions defined in each specific audited grant agreement. For this purpose, the contracting authority developed a detailed indicative audit programme.

II.1.5)Estimated total value
Value excluding VAT: 30 000 000.00 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: BE BELGIQUE-BELGIË
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:

At the contractor's premises and audits on the spot.

II.2.4)Description of the procurement:

‘See Internet address provided in Section I.3’.

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: 30 000 000.00 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:

‘See Internet address provided in Section I.3’.

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: 1. Horizon 2020 (running from 2014 to 2020); 2. Euratom (2014–2018). For specific legal references please refer to the tender specifications (Section 2.1).
II.2.14)Additional information

‘See Internet address provided in Section I.3’.

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

See tender specifications, Section 3.2.3.1. In particular, the tenderers and subcontractors have to be recognised by the competent authorities of the Member State or the associated country in which they intend to perform the services under the FWC to carry out statutory audits and verifications of the annual and/or consolidated accounts of companies and/or bodies of undertakings in accordance with the applicable national legislation, in compliance with the Directive 2006/43/EC of the European Parliament and of the Council of 17.5.2006 on statutory audits of annual accounts and consolidated accounts, amending Council Directives 78/660/EEC and 83/349/EEC and repealing Council Directive 84/253/EEC, if applicable, exceptions apply for certain countries.

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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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: 10/05/2016
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 18/05/2016
Local time: 10:00
Place:

European Commission, square Frère Orban 8, room 5 A.066 (5th floor), 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: yes
VI.3)Additional information:

‘See Internet address provided in Section I.3’.

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 43031
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

‘See Internet address provided in Section I.3’.

VI.5)Date of dispatch of this notice:
11/03/2016