Services - 218137-2023

Submission deadline has been amended by:  303178-2023
11/04/2023    S71

Belgium-Brussels: Multiple Framework Contract for Expert Consultancy Services and Reports in the Context of Competition Law Enforcement

2023/S 071-218137

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 Competition (COMP)
Postal address: Madouplein 1
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: 1049
Country: Belgium
E-mail: COMP-CASE-SUPPORT-FWC@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/competition/
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=13760
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=13760
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:

Multiple Framework Contract for Expert Consultancy Services and Reports in the Context of Competition Law Enforcement

Reference number: COMP/2023/OP/0006
II.1.2)Main CPV code
79400000 Business and management consultancy and related services
II.1.3)Type of contract
Services
II.1.4)Short description:

The subject matter of the FWC is expert consultancy services and reports in the context of competition law enforcement. The call for tenders is divided in four lots:

1. customer surveys;

2. assistance in obtaining and reviewing company documents;

3. remedy assessment and monitoring of interim measures;

4. economic assessment in State aid cases.

The Commission anticipates a number of similar or repetitive specific contracts for the assessment of individual competition cases over the next few years, where it can describe the broad scope of the services needed in advance, but does not know when and in what quantity it will need them during this period. Specific contracts may focus on services on specific aspects of enforcement related to Articles 101 to 109 TFEU, and will require the use of different tools to conduct the assessment in individual cases.

II.1.5)Estimated total value
Value excluding VAT: 6 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Customer Surveys

Lot No: 1
II.2.2)Additional CPV code(s)
79400000 Business and management consultancy and related services
79310000 Market research 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:

Customer surveys.

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: 750 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

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

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:

Single market programme.

II.2.14)Additional information

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

II.2)Description
II.2.1)Title:

Assistance with Review of Documents

Lot No: 2
II.2.2)Additional CPV code(s)
79400000 Business and management consultancy and related services
72310000 Data-processing services
72330000 Content or data standardization and classification 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:

Assistance in obtaining and reviewing company documents.

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: 2 250 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

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

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:

Single market programme.

II.2.14)Additional information

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

II.2)Description
II.2.1)Title:

Remedy Assessment – Interim Measures

Lot No: 3
II.2.2)Additional CPV code(s)
79400000 Business and management consultancy and related services
79310000 Market research 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:

Remedy assessment and monitoring of interim measures.

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: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

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

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:

Single market programme.

II.2.14)Additional information

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

II.2)Description
II.2.1)Title:

Economic Assessment in State Aid Cases

Lot No: 4
II.2.2)Additional CPV code(s)
79400000 Business and management consultancy and related services
79310000 Market research services
79412000 Financial management consultancy 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:

Economic assessment in State aid cases.

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: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

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

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:

Single market programme.

II.2.14)Additional information

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 several operators
Envisaged maximum number of participants to the framework agreement: 5
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.2.2)Time limit for receipt of tenders or requests to participate
Date: 31/05/2023
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:
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: 02/06/2023
Local time: 10:00
Place:

Tenders will be opened electronically on the date and time indicated in the contract notice. It is possible to attend the opening by videoconference.

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.

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:
30/03/2023