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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Approach for evaluation of PBTs subject to authorisation and restriction procedures in context of socio-economic analysis.
Reference number: 549/PP/GRO/IMA/16/1131/8911.
II.1.2)Main CPV code24000000 Chemical products
II.1.3)Type of contractServices
II.1.4)Short description:
The objective of this study is to develop a ready-to-use approach for the socio-economic analysis of PBT/vPvB substances, taking into account work done so far. Impacts of PBTs/vPvBs on human health and the environment should be estimated, taking their intrinsic properties, emission scenarios and their distribution in the different environmental compartments into account. If possible, a sensible approximation to the damage potential, including quantification and monetisation of possible impacts for human health and the environment should be carried out.
The developed approach shall allow grouping of PBTs/vPvBs, for which, due to e.g. similar properties and distribution patterns, similar impacts could be expected. In order to draw conclusions on the proportionality of risk reduction measures or to be able to conclude whether the socio-economic benefits outweigh the risks from using the substance, a benchmark approach should be developed.
II.1.5)Estimated total valueValue excluding VAT: 150 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79400000 Business and management consultancy and related services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
The main place of performance of the tasks shall be the contractor's premises or any other place indicated in the tender, with the exception of the Commission's premises.
II.2.4)Description of the procurement:
See Internet address provided in Section I.3.
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: 150 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
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.1.2)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 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: 16/09/2016
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:English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 20/09/2016
Local time: 15:00
Place:
avenue d'Auderghem 45, Office room BREY12 ST/01, 1049 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
Companies wishing to attend are requested to notify their intention by sending an e-mail at least 48 hours in advance to the address given under 3.1 of the specification. This notification must be signed by an authorised officer of the tenderer and specify the name of the person who will attend the opening on the tenderer's behalf.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification to the plaintiff, or in the absence thereof, of the day on which it came to the knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.5)Date of dispatch of this notice:01/07/2016