Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, Directorate-General for Internal Market, Industry, Entrepreneurship and SMEs
Postal address: avenue d'Auderghem 45
Town: Brussels
NUTS code:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: 1049
Country: Belgium
E-mail:
grow-gp2-call-for-tenders@ec.europa.euInternet address(es): Main address:
http://ec.europa.eu/growth/index_en.htm 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 activityOther activity: European Commission, Directorate-General for Internal Market, Industry, Entrepreneurship and SMEs.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework contract for the provision of technical services to the European Commission for radio regulatory activities required to support the EU space programmes.
Reference number: 636/PP/2017/FC.
II.1.2)Main CPV code38112100 Global navigation and positioning systems (GPS or equivalent)
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of the present framework contract is to provide technical and regulatory services to the European Commission for radio regulatory activities required to support the EU space programmes.
II.1.5)Estimated total valueValue excluding VAT: 2 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
The place of performance of the tasks shall be the contractor's premises or any other place indicated in the tender.
II.2.4)Description of the procurement:
The purpose of the present framework contract is to provide technical and regulatory services to the European Commission for radio regulatory activities required to support the EU space programmes. Such support includes 4 main activity areas, namely:
— task 1: provision of support for preparations concerning the World Radiocommunication Conference,
— task 2: provision of support for non-WRC regulatory issues,
— task 3: provision of ad hoc support for ITU coordination activities,
— task 4: provision of support for activities requiring interaction with national regulatory authorities.
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: 2 000 000.00 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: This action will be conducted under the GNSS framework 2017.
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: 28/09/2017
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: 8 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 29/09/2017
Local time: 11:00
Place:
European Commission, Directorate-General for Internal Market, Industry, Entrepreneurship and SMEs, EU Satellite Navigation Programmes, Legal, Financial and Institutional Aspects (J2).
Office address: avenue d'Auderghem 45, 1049 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
An authorised representative of each tenderer may attend the opening of the bids. Companies wishing to attend are requested to notify their intention by sending an e-mail to GROW-GP2-CALL-FOR-TENDERS@ec.europa.eu at least 48 hours in advance. This notification must be signed by an authorised officer of the tenderer and specify the name of the person who will attend the opening of the bids.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.3)Additional information:
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: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See Internet address provided in Section I.3.
VI.5)Date of dispatch of this notice:20/06/2017