Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Maritime Affairs and Fisheries, Directorate E — Baltic Sea, North Sea and Landlocked Member States
Postal address: J-99
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Mr Bernhard Friess — Director
E-mail: mare-tenders@ec.europa.eu
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/dgs/maritimeaffairs_fisheries/index_en.htm
Electronic access to information: http://ec.europa.eu/dgs/maritimeaffairs_fisheries/contracts_and_funding/calls_for_tender/index_en.htm
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
Official name: Executive Agency for Small and Medium-sized Enterprises (EASME)
Postal address: Covent Garden Building, place Charles Rogier 16
Town: Brussels
Postal code: 1210
Country: Belgium
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: Executive Agency for Small and Medium-sized Enterprises
Postal address: Covent Garden Building, place Charles Rogier 16
Town: Brussels
Postal code: 1210
Country: Belgium
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Study on the establishment of a framework for processing and analysing maritime economic data in Europe — MARE/2014/45.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 11: Management consulting services [6] and related services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The main objective of the study is to support the process for the collection and processing of data on the maritime economy across the European Union in order to help set maritime priorities in Europe, define and inform policy and track performance across industries.
II.1.6)Common procurement vocabulary (CPV)77700000 Services incidental to fishing
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 460 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 15 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See point 1.4 of the draft contract (Annex 2 to the tender dossier).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See points 1.3 and 1.4 of the tendering specifications (Annex 1 to the tender dossier).
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: See points 1.6 and 3.2 of the tendering specifications (Annex 1 to the tender dossier). Tenderers must:
— fill in an identification questionnaire, a legal entity form and a financial identification form,
— state that they are not in any of the situations that would exclude them from participation in the procurement procedure and/or award of the contract.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See point 3.3.1 of the tendering specifications (Annex 1 to the tender dossier).
Minimum level(s) of standards possibly required: See point 3.3.1 of the tendering specifications (Annex 1 to the tender dossier).
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See point 3.3.2 of the tendering specifications (Annex 1 to the tender dossier).
Minimum level(s) of standards possibly required:
See point 3.3.2 of the tendering specifications (Annex 1 to the tender dossier).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
MARE/2014/45.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 2.9.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate9.9.2015 - 23:59
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 16.9.2015 - 10:30
Place:
EASME, Covent Garden Building (COV2), place Charles Rogier 16, 1210 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Tenderers or their authorised representatives are allowed to attend the opening session. These persons will have to sign an attendance list. For practical reasons tenderers are requested to inform EASME by e-mail (easme-emff-calls@ec.europa.eu) of their wish to attend the opening no later than 1 week before the date of the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Common Fisheries Policy (CFP).
European Maritime and Fisheries Fund (EMFF).
VI.3)Additional information
Tender documents will be made available within 6 calendar days from the publication of the contract notice on the Directorate-General for Maritime Affairs and Fisheries website at the following address:
http://ec.europa.eu/dgs/maritimeaffairs_fisheries/contracts_and_funding/calls_for_tender/index_en.htm
Tenderers can download the tender documents, as well as any additional documents or information from the abovementioned website. The site will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.
The services that will be covered by this contract form part of a programme whose implementation has been delegated to EASME. The delegation is ongoing and EASME is in the process of establishing the organisational structures required for the programme management. This contract will be signed either by the European Commission or by EASME depending on the state of readiness of EASME to manage the contract. In the event that the contract is signed by the Commission, it will be transferred to EASME as soon as EASME is in a position to assume its management.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to its 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.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:6.7.2015