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 activityOther activity: Taxation and Customs Union.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of scientific and technical assistance in the field of scientific customs.
Reference number: TAXUD/2017/AO-04.
II.1.2)Main CPV code71356200 Technical assistance services
II.1.3)Type of contractServices
II.1.4)Short description:
This call for tenders covers scientific, technical and secretarial assistance in the field of scientific customs, as well as related work in the framework of the Customs Code Committee — tariff and statistical nomenclature section.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Revision and translation of chemical names in the European customs inventory of chemical substances (ECICS) database
Lot No: 1
II.2.2)Additional CPV code(s)72320000 Database services
79530000 Translation services
71600000 Technical testing, analysis and consultancy services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
The contractor's usual premises within the EU. All information and data processed by the contractor in the context of the performance of the contract must remain stored exclusively within the EU.
II.2.4)Description of the procurement:
This call for tenders covers scientific, technical and secretarial assistance in the field of scientific customs, as well as related work in the framework of the Customs Code Committee — tariff and statistical nomenclature section — lot 1 is related to the revision and translation of chemical names in the European customs inventory of chemical substances (ECICS) database.
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 value
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: Customs 2020 and successor programmes.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Improvement of sampling procedures
Lot No: 2
II.2.2)Additional CPV code(s)71600000 Technical testing, analysis and consultancy services
72320000 Database services
79530000 Translation services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
The contractor's usual premises within the EU. All information and data processed by the contractor in the context of the performance of the contract must remain stored exclusively within the EU.
II.2.4)Description of the procurement:
This call for tenders covers scientific, technical and secretarial assistance in the field of scientific customs, as well as related work in the framework of the Customs Code Committee — tariff and statistical nomenclature section — lot 2 covers the improvement of sampling procedures.
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 value
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: Customs 2020 and successor programmes.
II.2.14)Additional information
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:
As stated in the procurement documents.
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:
Tenders from consortia of firms or groups of service providers: contractors or suppliers must specify and quantify the role, qualifications and experience of each member of the consortium or group. In the case of a joint offer, one of the companies has to be designated as the prime contractor but partners in a joint offer assume joint and several liability towards the European Commission for the performance of the contract as a whole.
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: 28/08/2017
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: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 04/09/2017
Local time: 10:00
Place:
rue Joseph II 79, 1000 Bruxelles, BELGIUM.
Information about authorised persons and opening procedure:
Subject to prior request, only 1 representative per tenderer.