Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from 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:
Administrative and Technical Assistance for the Implementation of Component 3 — Criminal Justice Response in the Context of the CT INFLOW Project
Reference number: CEPOL/PR/OP/2021/001
II.1.2)Main CPV code80500000 Training services
II.1.3)Type of contractServices
II.1.4)Short description:
CEPOL is seeking to implement the Criminal Justice Response Component of the project ‘Enhancing Information and Criminal Justice Response to Terrorism in the Middle East and North Africa (CT INFLOW)’ via a specialised entity. The specialized entity shall have credible, proven experience in capacity building for the justice sector in third countries. The activities implemented need to lead to improved criminal justice systems that can cooperate regionally and internationally to offer security to their citizens while ensuring compliance with international law, human rights and the rule of law.
II.1.5)Estimated total valueValue excluding VAT: 1 400 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)73000000 Research and development services and related consultancy services
79000000 Business services: law, marketing, consulting, recruitment, printing and security
79996000 Business organisation services
79997000 Business travel services
79400000 Business and management consultancy and related services
II.2.3)Place of performanceNUTS code: HU Magyarország
Main site or place of performance:
EU South Neighbourhood primarily in partner countries (Algeria, Jordan, Lebanon, Morocco, Tunisia, Turkey)
EU Member States
At the contractor’s own premises
At CEPOL premises in Budapest
Remotely
II.2.4)Description of the procurement:
See internet address provided in section I.3).
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: 1 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 30
This contract is subject to renewal: yes
Description of renewals:
Renewed automatically one time for six months, unless one of the parties receives formal notification to the contrary at least one month before the end of the ongoing duration.
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:
Enhancing Information and Criminal Justice Response to Terrorism in the Middle East and North Africa (CT INFLOW) financed under the instrument contributing to stability and peace.
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 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 systemThe 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 30/04/2021
Local time: 10:30
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 03/05/2021
Local time: 10:30
Place:
CEPOL's headquarters located Budapest, Ó utca 27., 1066, Hungary.
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:
See internet address provided in section I.3).
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in section I.3).
VI.5)Date of dispatch of this notice:09/03/2021