Tehniskas kļūdas dēļ e-veidlapu paziņojumos URL netiek parādīti pareizi. Mēs cenšamies novērst šo problēmu. Kamēr tā vēl nav novērsta, aicinām izmantot apkārtceļu un svītrot komatu (vai jebkuru citu īpašo rakstzīmi), kas parādās URL beigās. Atvainojamies par sagādātajām neērtībām.

Pakalpojumi - 229733-2015

Rādīt kompakto skatījumu

03/07/2015    S126

Belgium-Brussels: Study on mitigation measures to minimise seabird bycatch in gillnet fisheries

2015/S 126-229733

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: Executive Agency for Small and Medium-sized Enterprises (EASME)
Postal address: Covent Garden 2, place Rogier 16, Office 12/27
Town: Brussels
Postal code: 1210
Country: Belgium
For the attention of: L. Vari
E-mail: easme-procurement@ec.europa.eu
Telephone: +32 22999440
Fax: +32 22973512

Internet address(es):

General address of the contracting authority: http://ec.europa.eu/easme

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=936

Further information can be obtained from:
Official name: Executive Agency for Small and Medium-sized Enterprises (EASME)
Postal address: Covent Garden 2, place Rogier 16, Office 12/27
Town: Brussels
Postal code: 1210
Country: Belgium
For the attention of: L. Vari
E-mail: easme-procurement@ec.europa.eu
Internet address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=936

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
Official name: Executive Agency for Small and Medium-sized Enterprises (EASME)
Postal address: Covent Garden 2, place Rogier 16, Office 12/27
Town: Brussels
Postal code: 1210
Country: Belgium
Internet address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=936

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The 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:
Study on mitigation measures to minimise seabird bycatch in gillnet fisheries.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: The tasks are to be performed at the premises and locations designated by the service provider, with the exception of the EASME or the European Commission's premises. A maximum of 4 coordination meetings with the EASME and/or the European Commission will be held in Brussels.
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)
Executive Agency for Small and Medium-sized Enterprises (EASME) wishes to enter into a service contract with the main objective to identify technical solutions, both economically and biologically sustainable, to mitigate the incidental bycatch of seabirds in static net fisheries in EU waters (excluding the Mediterranean), with a particular emphasis on the Baltic Sea, eastern North Sea and western waters.
II.1.6)Common procurement vocabulary (CPV)

77700000 Services incidental to fishing

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The amount of work involved to carry out this contract is assessed at a maximum of 150 000 EUR excluding VAT.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 16 (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 tender specifications.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender specifications.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See tender specifications.
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: See tender specifications.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See tender specifications.
Minimum level(s) of standards possibly required: See tender specifications.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See tender specifications.
Minimum level(s) of standards possibly required:
See tender specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Open
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 criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
EASME/EMFF/2015/014.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
25.8.2015
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 up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 4.9.2015 - 10:30

Place:

Executive Agency for Small and Medium-sized Enterprises (EASME), Covent Garden 2, room COV2 12/204, place Rogier 16, 1210 Brussels, BELGIUM.

Persons authorised to be present at the opening of tenders: yes

Additional information about authorised persons and opening procedure: Tenderers wishing to attend are requested to notify their intention by sending an e-mail at least 48 hours in advance to the following address: easme-procurement@ec.europa.eu

This notification should be signed by an authorising officer of the tenderer and specify the name of the person who will attend the opening session on behalf of the tenderer. At the end of the opening session, the chairman of the opening committee will indicate the names of the tenderers and the decision concerning the admissibility of each tender received, the prices mentioned in the bids will not be communicated.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Commission Implementing Decision of 18.12.2014 concerning the adoption of the work programme for 2015 and the financing for the implementation of the European Maritime and Fisheries Fund, C(2014) 9794 final.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court of the European Union
Postal address: boulevard Konrad Adenauer
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)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Within 2 months of the notification of the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: General Court of the European Union
Postal address: boulevard Konrad Adenauer
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:
23.6.2015