Het is bijna zover: de nieuwe versie van het TED-portaal wordt op 29.1.2024 in gebruik genomen (let op: de datum is nog onder voorbehoud!) Bent u benieuwd naar de nieuwe functies en verbeteringen en de voordelen voor de gebruikers? Lees ons artikel en kom meer te weten over de belangrijkste wijzigingen en nieuwe functies.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

De inschrijvingen zijn geopend voor onze 4e workshop voor TED-hergebruikers op 14 december 2023

Diensten - 216375-2017

08/06/2017    S108

Belgium-Brussels: Service contract to support the EU sixth national report to the Convention on Biological Diversity, and follow-up

2017/S 108-216375

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Environment
Postal address: BU 9 01/005
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1049
Country: Belgium
E-mail: env-tenders@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/environment/funding/calls_en.htm
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=2559
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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:

Service contract to support the EU sixth national report to the Convention on Biological Diversity, and follow-up.

Reference number: ENV.D.2/SER/2017/0008.
II.1.2)Main CPV code
90700000 Environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

Technical support to the Commission for tracking progress at the EU level towards the global Aichi Targets and the related EU biodiversity targets to 2020; for the development of the EU's 6th national report on the global Strategic Plan for Biodiversity 2011–2020, as well as for carrying out stakeholder discussions on its follow-up. The analysis will draw on data, indicators and assessments from a range of sources including the European Environment Agency, the Joint Research Centre, DG Research and Innovation and Eurostat, and other sources as appropriate. The contractor will assist the Commission in planning and carrying out, as well as in compiling and analysing the results of, stakeholder consultations on implementation and on the post-2020 global agenda. Data and analysis developed in the context of this contract may also feed into further reporting by the Commission. Appropriate links will be ensured with potentially relevant reporting processes.

II.1.5)Estimated total value
Value excluding VAT: 300 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: 00 Not specified
Main site or place of performance:

‘Extra muros’.

II.2.4)Description of the procurement:

Open call for tender, service contract. Single contract of 36 months. Total budget 300 000 EUR.

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: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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: no
II.2.14)Additional information

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 refer to procurement documents (see points 1.1 and 1.7 of tender specifications).

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.2.3)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
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: 2017/S 044-079856
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 03/08/2017
Local time: 16:00
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:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 21/08/2017
Local time: 10:30
Place:

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

Information about authorised persons and opening procedure:

A maximum of 2 representatives per tender may attend the opening (no expenses paid).

For organisational and security reasons, the tenderer must provide the full name and ID or passport number of the representatives at least 3 working days in advance to: env-tenders@ec.europa.eu

Failing that, the contracting authority reserves the right to refuse access to its premises.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

In line with Article 134.1.e) and f) of the rules of application to the Regulation (EU, Euratom) 2015/1929 of the European Parliament and of the Council of 28.10.2015 (Financial Regulation), during the 3 years following conclusion of the original contract, the contracting authority will be able to use the negotiated procedure for additional services (without prior publication of a contract notice) for new services or works consisting in the repetition of similar services or works entrusted to the economic operator to which the same contracting authority awarded an original contract, provided that these services or works are in conformity with a basic project for which the original contract was awarded after publication of a contract notice, subject to the conditions set out in paragraph 4 of Article 134.

Procurement documents will be available for download at the address indicated under heading I.3. 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 2017/S 044-079856 of 3.3.2017 with the title ‘Technical support for the final evaluation of the EU Biodiversity Strategy to 2020’.

VI.4)Procedures for review
VI.4.1)Review body
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 43032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

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.5)Date of dispatch of this notice:
29/05/2017