Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Court of Auditors
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
Postal code: 1615
Country: Luxembourg
For the attention of: Tendering Procedure and Contracts Department
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47611
Fax: +352 4398-46667
Internet address(es):
General address of the contracting authority: http://www.eca.europa.eu
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=834
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityEconomic and financial affairs
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Review of content and presentation of the Court's reports (KPI 3).
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The subject of this call for tenders is the conclusion of 1 of 2 direct service contracts which will be performed simultaneously by 2 different contractors: 1 drawn from academia and the other from the auditing and related services sector. This means that only 1 lot can be awarded to a contractor, even if the contractor applies for both lots. The contractors shall perform the review of the content and the presentation of the European Court of Auditors' reports. The same legal and contractual dispositions apply to both lots.
II.1.6)Common procurement vocabulary (CPV)79419000 Evaluation consultancy services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 370 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 55 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Academic review of the content and presentation of the Court's reports1)Short description
The subject of this call for tenders is the conclusion of a direct service contract with an independent external expert. Only 1 lot can be awarded to a contractor, even if the contractor applies for both lots. The contractor shall perform the review of the content and the presentation of the Court's reports.
2)Common procurement vocabulary (CPV)79419000 Evaluation consultancy services
3)Quantity or scopeEstimated value excluding VAT: 185 000 EUR
4)Indication about different date for duration of contract or starting/completionDuration in months: 55 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Review of the content and presentation of the Court's reports (auditing and related services sector)1)Short description
The subject of this call for tenders is the conclusion of a direct service contract with an independent external expert. Only 1 lot can be awarded to a contractor, even if the contractor applies for both lots. The contractor shall perform the review of the content and the presentation of the Court's reports.
2)Common procurement vocabulary (CPV)79419000 Evaluation consultancy services
3)Quantity or scopeEstimated value excluding VAT: 185 000 EUR
4)Indication about different date for duration of contract or starting/completionDuration in months: 55 (from the award of the contract)
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments will be made within 30 days of submission of invoices.
Payment for the services will be made in accordance with the Financial Regulation applicable to the annual budget of the European Union and the conditions outlined in the call for tender documents.
The tenderer should note that the party contracting with the Court will be responsible for the correct application of rules concerning the imposition of VAT. The European Court of Auditors is exempt from VAT in accordance with Articles 3 and 4 of the provisions of the Protocol on the privileges and immunities of the European Union.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Tenders may be submitted individually or in association with third parties. If tenders are submitted by a consortium of economic operators, all the members of the consortium must be jointly and severally liable for performance of the contract. However, 1 member must be appointed as the party responsible for performance of the contract.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: 1) Tenderers shall have to declare on their honour that they are not in one of the exclusion situations set out under Articles 106 and 107 of Regulation (EU, Euratom) No 966/2012 of the European Parliament and of the Council of 25.10.2012 on the financial rules applicable to the general budget of the Union and repealing Council Regulation (EC, Euratom) No 1605/2002 — hereinafter referred to as 'the Financial Regulation' (OJ L 298, 26.10.2012, p. 1). The tenderer to whom the contract is to be awarded shall provide specific documents in order to evidence that he is not in one of the exclusion situations referred to in Articles 106 and 107 of the Financial Regulation.
2) The tenderers shall clearly state to the ECA all the circumstances that could create a conflict of interest, during the tendering procedure and/or during the provision of services.
3) In order to prove their legal capacity and their status, all tenderers and identified subcontractors must provide a copy of the official document (official gazette, trade register, etc.) showing the name of the legal entity, the address of the head office and the registration number given to it by the national authorities. For legal persons, a legible copy of the notice of appointment of the persons authorised to represent the tenderer in dealings with third parties or a copy of the publication of such appointment if the legislation which applies to the legal entity concerned requires such publication. Any delegation of this authorisation to another representative not indicated in the official appointment must be evidenced.
For individuals, where applicable, proof of registration on a professional or trade register or any other official document showing the registration number and a copy of their identity card.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Tenderers will provide sufficient information to satisfy the contracting authority of their financial standing and that they and any subcontractors have the necessary resources and financial means to carry out the work that is the subject of the tender.
Minimum level(s) of standards possibly required: The following evidence should be provided:
— statement of turnover realised from consultant services for the last 3 years available,
— the following evidence should be provided:
• Internet reference to the published accounts or if not available, please provide the last 2 years' audited accounts,
• failing that, appropriate statements from banks.
If, for some exceptional reason which the contracting authority considers justified, a tenderer is unable to provide 1 or other of the above documents, it may prove its economic and financial capacity by any other document which the contracting authority considers appropriate. In any case, the contracting authority must at least be notified of the exceptional reason and its justification in the tender. The contracting authority reserves the right to request any other document enabling it to verify the tenderer's economic and financial capacity.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Tenderers will provide sufficient information to satisfy the contracting authority of their technical and professional capacity to perform the tasks in accordance with the conditions of performance establishing the minimum requirements in terms of qualifications of the persons assigned to the performance of the tasks by the contractor.
Minimum level(s) of standards possibly required:
Lot 1:
Each contractor shall have a team composed of:
— a team leader who shall be the Court's contact point and the sole interlocutor to whom it will address any requests,
— at least 2 reviewers.
The services shall be performed by a team of consultants (as described above) having the following educational and professional qualifications or experience for at least 1 member of the team:
Education:
— at least a master's degree in a relevant academic field (e.g. social or political sciences, public administration, public law).
Experience:
— each team member must have a minimum of 3 years' professional or academic experience in performing reviews,
— the review team must have collectively at least 15 years' experience of performing similar reviews.
Others:
— proven ability to produce high-quality reports in English.
Lot 2:
The contractor must have a team composed of:
— a team leader who shall be the Court's contact point and the sole interlocutor to whom it will address any requests,
— at least 2 reviewers.
The contractor's team leader and reviewers must be: fully qualified members of one of the member bodies of the International Federation of Accountants (IFAC).
Experience:
— each team member must have a minimum of 3 years' experience in performing audits or related services, counting from the time of qualifying as a member of an IFAC member body.
Others:
— proven ability to produce high-quality reports in English.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 70
2. Price. Weighting 30
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 11.6.2015
IV.3.4)Time limit for receipt of tenders or requests to participate18.6.2015
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 19.6.2015
Place:
European Court of Auditors, 12, rue Alcide de Gasperi, 1615 Luxembourg-Kirchberg, LUXEMBOURG.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Tenderers or their representatives who wish to be present at the opening of the bids must inform the European Court of Auditors in writing (fax +352 4398-46667, e-mail: eca-procurement.service@eca.europa.eu) by 18.6.2015 (12:00) at the latest, and must produce their authorisation from the tendering company.
Only 1 representative per tenderer will be admitted.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Budget of the European Union.
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://www.curia.europa.eu/
Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, PO Box 403
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa.eu/
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the plaintiff being notified or, failing this, of the date on which it became known to them. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained VI.5)Date of dispatch of this notice:27.4.2015