Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Mobility and Transport
Postal address: rue Demot 24 — 07/70
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Reijo Puumalainen
E-mail: move-air-annual@ec.europa.eu
Telephone: +32 22969128
Fax: +32 22960658
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/transport/air/index_en.htm
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:
Official name: European Commission, Directorate-General for Mobility and Transport
Postal address: rue Demot 28 — 0/110
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Archives DM28 — 0/110
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityOther: Transport.
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:
Framework contract to provide support for the further development of EU air transport policy in relations with third countries and within the internal air transport market.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 10: Market research and public opinion polling services
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 agreementFramework agreement with several operators
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 400 000 EUR
II.1.5)Short description of the contract or purchase(s)
Multiple framework contract with reopening of competition for services which may take the following forms:
— assistance in the legal field,
— assistance in the socio-economic and technical fields.
II.1.6)Common procurement vocabulary (CPV)73210000 Research consultancy services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
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:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
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:
Terms of payment figure in the tender documents and are those which are in force for service contracts at the European Commission.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In case of joint tender, all economic operators in a joint tender assume joint and several liability towards the contracting authority for the performance of the contract as a whole.
These economic operators shall designate 1 of them to act as leader with full authority to bind the grouping or the consortium and each of its members. It shall be responsible for the receipt and processing of payments for members of the grouping, for managing the service administration and for coordination. The composition and constitution of the grouping or consortium, and the allocation of the scope of tasks amongst the members, shall not be altered without the prior written consent of the Commission.
The tenderers should indicate in their offer whether the partnership takes the form of:
a) a new or existing legal entity which will sign the contract with the Commission in case of award;
or
b) a group of partners not constituting a new legal entity, who via a power of attorney, signed by an authorised representative of each partner (except the lead partner), designate 1 of the partners as lead partner, and mandate him as lead contractor to sign the contract with the Commission in case of award.
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: Information must be provided as set out in the standard identification forms attached to these tender specifications:
tenderers' identification (Annex 1);
financial identification (Annex 2);
legal entities (Annex 3).
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: The tenderer must have an average annual turnover (or, for a consortium, total turnover of its members) for the last 3 financial years of at least half of the amount mentioned under Section 2.3.1. 25 % of this minimum turnover must be from the lead partner in the case of a consortium.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
The tenderers provide evidence of their technical and professional competence on the following points:
— the tenderer must prove experience in the legal, socio-economic and technical fields of air transport and be able to demonstrate a capacity for carrying out studies and impact assessments, conducting research and detailed socio-economic, legal and technical analyses at short notice and to tight deadlines. In areas where in-house expertise is not permanently available, companies must be able to demonstrate a capacity to recruit or subcontract additional experts with a proven track record;
— the tenderer should be able to demonstrate a good understanding and substantial expertise in the field of international aviation across a broad range of countries, and the ability to provide a wide geographical coverage;
— the tenderer must prove experience of working in the English language; a high standard of spoken and written English is required, with at least 10 projects delivered in the last 3 years showing the necessary language coverage.
The team delivering the service should include, as a minimum, the following profiles:
project manager: at least 5 years of experience in project management, including overseeing project delivery, quality control of delivered service, client orientation and conflict resolution experience in project of a size of at least 200 000 EUR and coverage (geographical scope at least half of the one subject to this call for tenders), with experience in management of team of at least 5 people;
expert in legal/socio-economic/technical fields in air transport: relevant higher education degree and/or 10 years' professional experience in these fields;
team for data collection: collectively the team of people should have proven experience of 5 years in data collection techniques.
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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
MOVE/E1/2015-246.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 14.8.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate21.8.2015
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: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 3.9.2015
Place:
Directorate-General for Mobility and Transport, rue Demot 24, DM 24, office 7/70, 1040 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: This opening session will be public. Each tenderer may be represented by not more than 1 person.
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: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the date of notification of the claimant or, failing this, the date on which he was informed thereof.
The lodging of a complaint with the European Ombudsman can neither suspend the deadline nor give rise to a new deadline.
VI.4.3)Service from which information about the lodging of appeals may be obtained VI.5)Date of dispatch of this notice:18.5.2015