Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, Directorate-General for Regional and Urban Policy (REGIO), REGIO.B.2 - Evaluation and European Semester
Postal address: Rue Père de Deken 23
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-HoofdstadPostal code: 1049
Country: Belgium
E-mail:
regio-contracts@ec.europa.euInternet address(es): Main address:
http://ec.europa.eu/regional_policy/index_en.cfm I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Ex Post Evaluation of Cohesion Policy Programmes 2014-2020 Financed by the ERDF. Work Package 7 – European Green Deal (2021CE160AT152)
Reference number: REGIO/2022/OP/0013
II.1.2)Main CPV code79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contractServices
II.1.4)Short description:
The European Commission, Directorate-General for Regional and Urban Policy (DG REGIO) launches an evaluation study to assess the investment support provided in 2014-2020 by the European Regional Development Fund (ERDF) and the Cohesion Fund (CF) to the following areas: transition to low-carbon economy, adaptation to climate change, and protection of the environment. This study will assess rationale of the ERDF and CF investments and the evidence of their effectiveness, efficiency and impact, their coherence with other policies, their relevance and the EU added value. It will seek to identify factors contributing to the success or failure of these investments under different socio-economic conditions, good practice and the investments’ contribution to meeting the relevant objectives of cohesion policy, as well as to the green transition in general.
II.1.5)Estimated total valueValue excluding VAT: 1 400 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79000000 Business services: law, marketing, consulting, recruitment, printing and security
79419000 Evaluation consultancy services
II.2.3)Place of performanceNUTS 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:
The European Commission, Directorate-General for Regional and Urban Policy (DG REGIO) launches an evaluation study to assess the investment support provided in 2014-2020 by the European Regional Development Fund (ERDF) and the Cohesion Fund (CF) to the following areas: transition to low-carbon economy, adaptation to climate change, and protection of the environment. This study will assess rationale of the ERDF and CF investments and the evidence of their effectiveness, efficiency and impact, their coherence with other policies, their relevance and the EU added value. It will seek to identify factors contributing to the success or failure of these investments under different socio-economic conditions, good practice and the investments’ contribution to meeting the relevant objectives of cohesion policy, as well as to the green transition in general.
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 valueValue excluding VAT: 1 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
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: yes
Identification of the project:
Please consult the procurement documents available at the address indicated in Section I.3).
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 registersList 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 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.2.2)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 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 system
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 participateDate: 09/06/2022
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 10/06/2022
Local time: 10:00
Place:
Rue Père de Deken 23, 1040 Brussels, BELGIUM.
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 recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic 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 five 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 bodyOfficial 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 procedurePrecise 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:22/04/2022