Services - 222593-2017

13/06/2017    S111

Luxembourg-Luxembourg: Call for tenders Chafea/2016/Health/06 — single framework contract to provide services to support the assessment of characterising flavours in tobacco products

2017/S 111-222593

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Consumers, Health, Agriculture and Food Executive Agency (Chafea)
Town: Luxembourg
NUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
Postal code: 2920
Country: Luxembourg
Contact person: Georgios Margetidis
E-mail: chafea-hp-tender@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/chafea/
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
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=2537
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2537
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Health

Section II: Object

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

Call for tenders Chafea/2016/Health/06 — single framework contract to provide services to support the assessment of characterising flavours in tobacco products.

Reference number: Chafea/2016/Health/06.
II.1.2)Main CPV code
73110000 Research services
II.1.3)Type of contract
Services
II.1.4)Short description:

The main purpose of the single framework contract to be concluded as a result of the present procurement procedure is to support the specification of the methodology for sensory analyses and to set up the ‘Technical group’ which will assist the ‘Independent advisory panel’ and, ultimately, the European Commission and Member States in the implementation of legislation and policies in the area of tobacco and related products, in particular in relation to the provisions regarding the prohibition of products with characterising flavours foreseen in Article 7 of the Tobacco Products Directive.

II.1.5)Estimated total value
Value excluding VAT: 2 500 000.00 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:

See tender specifications.

II.2.4)Description of the procurement:

See tender specifications.

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: 2 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

The contract may be automatically renewed up to 3 times. Each time for 12 months under the same conditions, unless written notification to the contrary is sent by one of the contracting parties by registered mail and received by the other not later than 3 months before its expiry. The total duration of the framework contract shall not exceed 60 months.

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: Regulation (EU) No 282/2014 of the European Parliament and of the Council of 11.3.2014 on the establishment of a third programme for the Union's action in the field of health (2014–2020) and repealing Decision No 1350/2007/EC.

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:

See 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.2.2)Contract performance conditions:

See tender specifications.

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
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: 11/08/2017
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: 10 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 21/08/2017
Local time: 10:00
Place:

12, rue Guillaume Kroll (Drosbach Building), wing E, room E2/016, 1882 Luxembourg, LUXEMBOURG.

Information about authorised persons and opening procedure:

A maximum of 2 representatives per tender can attend the opening of tenders. 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: CHAFEA-HP-TENDER@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:
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: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.2)Body responsible for mediation procedures
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.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:
01/06/2017