Services - 238949-2016

13/07/2016    S133

Belgium-Brussels: Approach for evaluation of PBTs subject to authorisation and restriction procedures in context of socio-economic analysis

2016/S 133-238949

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Internal Market, Industry, Entrepreneurship and SMEs, Directorate D
Postal address: avenue d'Auderghem 45, BREY 12/088
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1049
Country: Belgium
E-mail: GROW-DIR-D-FINANCIAL-TEAM@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/growth/
Address of the buyer profile: http://ec.europa.eu/growth/contracts-grants/calls-for-tenders/index_en.htm
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1445
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1445
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General 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 code
24000000 Chemical products
II.1.3)Type of contract
Services
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 value
Value excluding VAT: 150 000.00 EUR
II.1.6)Information about lots
This 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 performance
NUTS 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 criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 150 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection 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 contract
Obligation 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 procedure
Open 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 participate
Date: 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 tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 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 recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the Court of Justice of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise 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