Services - 254385-2019

03/06/2019    S105

Belgium-Brussels: Framework Contract on Supporting Activities on Regulation No 1257/2013 on Ship Recycling

2019/S 105-254385

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Environment
Postal address: ENV.A.5- Finance BU-9 01/005
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1049
Country: Belgium
Contact person: Markets Team
E-mail: env-tenders@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/environment/funding/calls_en.htm
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
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=4932
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=4932
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:

Framework Contract on Supporting Activities on Regulation No 1257/2013 on Ship Recycling

Reference number: ENV.B.3/FRA/2019/0013
II.1.2)Main CPV code
90700000 Environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

The general objective of this contract is to support the Commission in its efforts to implement the EU Ship Recycling Regulation 1257/2013 (EU SRR). The specific services which may be requested under this contract include, but not limited to, assisting the Commission with the review of applications to the European List submitted by ship recycling facilities located outside the EU, carrying out site inspections of such facilities, as well as supporting the Commission in its various compliance promotion activities linked to the implementation of the Regulation (e.g. developing guidance documents, organising dedicated workshops to discuss specific implementation challenges, etc).

II.1.5)Estimated total value
Value excluding VAT: 4 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: 00 Not specified
Main site or place of performance:

Extra Muros.

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: 4 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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: yes
Identification of the project:

070201 - Life Operational - Contributing to a greener and more resource-efficient economy and to the development and implementation of Union environmental policy and legislation

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 registers
List and brief description of conditions:

See internet address provided in Section I.3

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.2.2)Contract performance conditions:

See internet address provided in Section I.3

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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 057-130610
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 18/07/2019
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 tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 22/07/2019
Local time: 10:30
Place:

Avenue de Beaulieu 5, B — 1160 Brussels. Salle E

Information about authorised persons and opening procedure:

See internet address provided in Section I.3 – Invitation document.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

In line with Article 11.1(e) of the Annex to Regulation (EU, Euratom) 2018/1046 on the financial rules applicable to the general budget of the Union, for new services or works consisting in the repetition of similar services or works entrusted to the economic operator to which the same Contracting Authority awarded an original contract, provided that those services or works are in conformity with a basic project for which the original contract was awarded after publication of a contract notice, subject to the conditions set out in point 11.4.

Tender documents will be available for download at the address indicated under Heading I.3. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See internet address provided in Section I.3 – Invitation document.

VI.5)Date of dispatch of this notice:
27/05/2019