Belgium-Brussels: Provision of transport and other logistic support services in the European Union and in third countries in the framework of civil protection, humanitarian aid and other European Union operations
2016/S 128-229214
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional 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 authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Transport and logistic.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of transport and other logistic support services in the European Union and in third countries in the framework of civil protection, humanitarian aid and other European Union operations.
Reference number: ECHO/B1/SER/2016/08.
II.1.2)Main CPV code60000000 Transport services (excl. Waste transport)
II.1.3)Type of contractServices
II.1.4)Short description:
The overall aim of the present framework contract is to provide the European Union with:
— a real time information and consultancy service concerning availability and cost of transport assets and other logistic support services for civil protection operations inside and/or outside the participating States and humanitarian aid or other operations outside the European Union,
— the provisioning of transport and other logistic support services in emergency and non-emergency situations.
II.1.5)Estimated total valueValue excluding VAT: 20 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
The overall aim of the present framework contract is to provide the European Union with:
— a real time information and consultancy service concerning availability and cost of transport assets and other logistic support services for civil protection operations inside and/or outside the participating States and humanitarian aid or other operations outside the European Union,
— the provisioning of transport and other logistic support services in emergency and non-emergency situations.
In this context, the contractor shall have the capability to manage the entire transport chain and logistics functions from the point of origin/warehouse to the point of destination/warehouse, including all elements of the modes of transport necessary up to and including the delivery to the pre-defined final destination services to insure and deploy the assistance (means and teams) for civil protection, humanitarian aid and other European Union operations. This will include all necessary equipment, facilities, qualified personnel, expertise and other means necessary to perform the transport, freight forwarding and related services in accordance with the best commercial practice.
These services may be requested to support immediate aid deployments following sudden emergencies or to assist the implementation of aid operations in the context of protracted crises. Support to the implementation of the operations shall be provided for as long as it is required for a specific assignment.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
Proof that the tenderers are authorised to perform the contract under national law, as evidenced by inclusion in a professional or trade register or a sworn declaration or certificate, membership of a specific organisation, express authorisation, or entry in the VAT register.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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 contractObligation 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 procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 26/08/2016
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 05/09/2016
Local time: 10:00
Place:
ERCC, rue de la Loi 86, 1000 Brussels, BELGIUM
Information about authorised persons and opening procedure:
1 representative per tenderer may attend the opening of the bids. The name of the representative must be sent by e-mail at least 2 working days before the opening session to the following e-mail address: ECHO-CIVIL-PROTECTION-TENDERS@ec.europa.eu
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:24/06/2016