There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Services - 215758-2023

11/04/2023    S71

Belgium-Brussels: Framework Contract for Analytical Services on Economic Aspects of Agri-food Production and Trade

2023/S 071-215758

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Agriculture and Rural Development (AGRI), AGRI.A.3 – Policy Performance
Postal address: Rue de Loi/Wetstraat 130
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: 1049
Country: Belgium
E-mail: agri-evaluation@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/agriculture/index_en
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=13456
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=13456
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Framework Contract for Analytical Services on Economic Aspects of Agri-food Production and Trade

Reference number: AGRI/2023/OP/0001
II.1.2)Main CPV code
79300000 Market and economic research; polling and statistics
II.1.3)Type of contract
Services
II.1.4)Short description:

The purpose of the framework contract is to provide timely analytical support to DG Agriculture and Rural Development in implementing the Commission’s better regulation agenda, for evaluations and impact assessments, and in addressing wide-ranging analytical needs through thematic analysis (studies).

II.1.5)Estimated total value
Value excluding VAT: 9 750 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79300000 Market and economic research; polling and statistics
77100000 Agricultural services
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:

Please consult the procurement documents available at the address indicated in Section I.3).

II.2.4)Description of the procurement:

Framework contract for analytical services on economic aspects of agri-food production and trade.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 9 750 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Please consult the procurement documents available at the address indicated in Section I.3).

II.2.14)Additional information

The maximum value of the framework contract may be higher or lower than the amount referred to in Section II.2.6) of this contract notice. The maximum value of the framework contract will be established as specified in the tender specifications. Please consult the procurement documents available at the address indicated 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 registers
List and brief description of conditions:

Please consult the procurement documents available at the address indicated in Section I.3).

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please consult the procurement documents available at the address indicated in Section I.3).

III.2.3)Information about staff responsible for the performance of the contract
Obligation 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 procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:

Whereas one of the purposes of this framework contract is to support the evaluation of the CAP 2023-2027 and its related tools and instruments and considering the reporting obligations, the duration of this framework contract will go beyond 4 years to cover the full policy cycle in line with the applicable better regulation requirements.

IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2023/S 052-153871
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 21/08/2023
Local time: 12:00
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:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 23/08/2023
Local time: 10:30
Place:

Tenders will be opened electronically on the date and time indicated in the contract notice.

Information about authorised persons and opening procedure:

Please consult the procurement documents available at the address indicated in Section I.3).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Please consult the procurement documents available at the address indicated in Section I.3). In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the last 5 calendar days before the time limit for receipt indicated in Section IV.2.2), the contracting authority reserves the right to extend this time limit and publish the extension at the internet address provided in Section I.3), without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section I.3) in order to get notified when new information or documents are published.

The contracting authority may use the negotiated procedure under point 11.1.(e) of Annex 1 to the Financial Regulation to procure new services from the contractor[s] up to a maximum of 50 % of the initial framework contract ceiling.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult the procurement documents available at the address indicated in Section I.3).

VI.5)Date of dispatch of this notice:
04/04/2023