Storitve - 157970-2015

Prikaži skrčeni pogled

07/05/2015    S88

Belgium-Brussels: Framework contract on supporting activities on Regulation (EU) No 1257/2013 of the European Parliament and of the Council of 20.11.2013 on ship recycling and amending Regulation (EC) No 1013/2006 and Directive 2009/16/EC

2015/S 088-157970

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Commission, Directorate-General for the Environment, SRD.2 — Finance
Postal address: BU-9 01/005
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Markets Team
E-mail: env-tenders@ec.europa.eu

Internet address(es):

General address of the contracting authority: http://ec.europa.eu/environment/funding/calls_en.htm

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=838

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 authority
European institution/agency or international organisation
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The 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:
Framework contract on supporting activities on Regulation (EU) No 1257/2013 of the European Parliament and of the Council of 20.11.2013 on ship recycling and amending Regulation (EC) No 1013/2006 and Directive 2009/16/EC.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: 'Extra muros'.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 4

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 3 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
The general objective of the contract is to assist the Commission at various stages of implementation of Regulation (EU) No 1257/2013 of the European Parliament and of the Council ('the SRR'). More specifically, the objectives of the contract include:
i. assisting the Commission with the organisation of outreach activities to temporarily bring helpdesk services to pre-identified countries with a potential for a high number of applications from ship recycling facilities to the European list of ship recycling facilities;
ii. assisting the Commission with the organisation of workshops targeted at certifiers of ship recycling facilities (the so-called independent verifiers);
iii. collecting the views of stakeholders and Member States' experts on aspects of the SRR which may require further clarification and processing the input received into draft guidance documents;
iv. assisting the Commission with the review of applications to the European list submitted by ship recycling facilities located outside the EU;
v. under the supervision of the Commission and in cooperation with the competent authorities of the third country where the ship recycling facility is located, performing site inspections of listed facilities.
II.1.6)Common procurement vocabulary (CPV)

90700000 Environmental services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Contract of 24 months, renewable once (total 48 months), 750 000 EUR per year (total budget therefore 3 000 000 EUR).
Estimated value excluding VAT: 3 000 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

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:
Please refer to tender documents. See Article 1.4 of the model contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to tender documents. See points 1.3 and 1.4 of the tender specifications.
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: Please refer to the tender documents. See points 1.1 and 1.6 of the tender specifications.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the tender documents. See point 2.3.1 of the tender specifications.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the tender documents. See point 2.3.2 of the tender specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Open
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 criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
ENV.A.2/FRA/2015/0013.
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 38-064198 of 24.2.2015

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
22.6.2015 - 16:00
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 up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 6.7.2015 - 14:30

Place:

Room D, avenue de Beaulieu 5, 1160 Brussels, BELGIUM.

Persons authorised to be present at the opening of tenders: yes

Additional information about authorised persons and opening procedure: 1 representative per tenderer (with proof of identity) may attend the opening of tenders (no expenses paid). Please inform env-tenders@ec.europa.eu of the name of the attendee in advance of the opening.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
In line with Article 134.1(f) of the rules of application to the Regulation (EU, Euratom) No 966/2012 of the European Parliament and of the Council of 25.10.2012 (Financial Regulation), during the 3 years following conclusion of the original contract, the contracting authority will be able to use the exceptional negotiated procedure for additional services (without prior publication of a contract notice) consisting in the repetition of similar services (up to a maximum of 50 % of the original contract value) entrusted to the economic operator awarded the initial contract by the same contracting authority.
Tender documents will be available for download at the address indicated under heading I.1. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.

Please note this was previously published in the PIN OJ 2015/S 38-064198 of 24.2.2015 with the title: Ship Recycling Regulation (and European list of ship recycling facilities).

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

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 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: You may submit any observations concerning the award procedure to the contracting authority indicated under heading I.1.

If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu). Such complaint does not have as an effect either to suspend the time limit to launch an appeal or to open a new period for lodging an appeal.

Within 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1.
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