Services - 185765-2014

Display compact view

04/06/2014    S106

Belgium-Brussels: e-Freight implementing measures — support measures to improve the efficiency of information exchange in multimodal freight transport

2014/S 106-185765

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 Mobility and Transport, Directorate D — Logistics, Maritime and Land Transport and Passenger Rights
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: Ms Fleur Breuillin
For the attention of: MOVE/D1/2013-885
E-mail: move-d1-e-freight@ec.europa.eu
Telephone: +32 22953423

Internet address(es):

General address of the contracting authority: http://ec.europa.eu/transport/facts-fundings/tenders/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:
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
Other: Transport.
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:
e-Freight implementing measures — support measures to improve the efficiency of information exchange in multimodal freight transport.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Contractors' premises and meeting locations.
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)
Supporting measures for multimodal transport — to provide technical and operational support for the identification and implementation of measures that will improve the efficiency of information exchange in multimodal freight transport, in terms of information systems and their interoperability, and more widely of business relations (vertical and horizontal cooperation). This will be supported through the establishment of a discussion forum and related working groups of the relevant logistics and modal stakeholders including standardisation initiatives at a European and international level.
II.1.6)Common procurement vocabulary (CPV)

79410000 Business and management 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)Lots
This contract is divided into lots: no
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The estimated total value of the contract is 450 000 EUR.
Estimated value excluding VAT: 450 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (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:
Payments shall be made in accordance with the provisions specified in the draft service contract attached to the tender specifications.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not applicable.
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: As specified in the tender specifications.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As specified in the tender specifications.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As specified in 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:
MOVE/D1/2013-885.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 22.7.2014 - 16:00
IV.3.4)Time limit for receipt of tenders or requests to participate
30.7.2014 - 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: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 12.8.2014 - 10:00

Place:

DM28 00/36.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Each tenderer may be represented by not more than 1 person.

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
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: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge of the plaintiff. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained

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.5)Date of dispatch of this notice:
23.5.2014