Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Technical Support to Prevent and Counter Radicalisation
Reference number: HOME/2019/ISFP/PR/RADX/0001
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:
DG HOME aims to secure the external professional services and technical support required by the European Commission (referred to as “the Commission”) and primarily by its Directorate General for Home Affairs (referred to as “DG HOME”) in order to support its actions in the area of prevent work and consolidate and enhance knowledge and expertise in the field of radicalisation with a view to further develop and facilitate the implementation of prevent measures at national, European and international level.
II.1.5)Estimated total valueValue excluding VAT: 61 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
II.2)Description
II.2.1)Title:
Practitioners: Support and Exchanges on Radicalisation (Radicalisation Awareness Network — RAN)
Lot No: 1
II.2.2)Additional CPV code(s)79000000 Business services: law, marketing, consulting, recruitment, printing and security
80500000 Training services
85300000 Social work and related services
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:
Contractor's premises and in any other country as specified in the technical specifications.
II.2.4)Description of the procurement:
The strengthening of skills of first line practitioners in particular by offering networking opportunities, the development of good practices and guidance material (Lot 1).
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: 29 000 000.00 EUR
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: yes
Identification of the project:
Internal security fund police (ISFP)
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Policy Makers and Researchers: Support and Exchanges on Radicalisation
Lot No: 2
II.2.2)Additional CPV code(s)80500000 Training services
73200000 Research and development consultancy services
79000000 Business services: law, marketing, consulting, recruitment, printing and security
98900000 Services provided by extra-territorial organisations and bodies
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:
Contractor's premises and in any other country as specified in the technical specifications.
II.2.4)Description of the procurement:
The enhancement of the capabilities of Member States, national, regional and local authorities and priority third countries in effectively tackling radicalisation in particular by offering networking opportunities, targeted and needs driven services and research and analysis.
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: 32 000 000.00 EUR
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: yes
Identification of the project:
Internal security fund police (ISFP)
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 31/07/2019
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 02/08/2019
Local time: 15:00
Place:
DG HOME, rue du Luxembourg, 46, 1049 Bruxelles.
Information about authorised persons and opening procedure:
Each tender may be represented by no more than one person (an email should be sent to HOME-TENDERS@ec.europa.eu, at least 1 working day in advance).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: European Court of Justice
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu/jcms/jcms/j_6/ VI.4.2)Body responsible for mediation procedures VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:15/05/2019