Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Education and Culture
Postal address: rue Joseph II 70
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: Unit A.4
For the attention of: Jan Pakulski
E-mail: eac-neset-call-2014@ec.europa.eu
Telephone: +32 22965166
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/dgs/education_culture/index_en.htm
Electronic access to information: http://ec.europa.eu/education/calls/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 authorityEuropean institution/agency or international organisation
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Network of experts on the social dimension of education and training.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 11: Management consulting services [6] and related services
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)
The objective of this contract is to set up an advisory network of experts which will provide reliable, independent and rigorous scientific support and advice to the European Commission in relation to equity and social aspects of all types and levels of education and training in a lifelong learning perspective.
II.1.6)Common procurement vocabulary (CPV)80000000 Education and training services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 250 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 12 (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:
See II.15.5 of draft contract (Annex 5 of the tender specifications).
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See I.4 payment arrangements and performance of the draft contract (Annex 5 of 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:
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: See tender specifications.
III.2.2)Economic and financial ability III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender specifications Section 2.3.2 'Technical and professional capacity criteria and evidence'.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
EAC/08/2014.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate8.9.2014 - 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 upGerman. English. French.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 16.9.2014 - 10:30
Place:
rue Joseph II 70, room 03/13, Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: 1 representative for each tenderer.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Erasmus+ programme.
Key action 3: support for policy reform.
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:24.6.2014