Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
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 activityGeneral 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 code90700000 Environmental services
II.1.3)Type of contractServices
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 valueValue excluding VAT: 4 000 000.00 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:
II.2.4)Description of the procurement:
See internet address provided in Section I.3.
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: 4 000 000.00 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:
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 registersList and brief description of conditions:
See internet address provided in Section I.3
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:
See internet address provided in Section I.3
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 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 IV.2.2)Time limit for receipt of tenders or requests to participateDate: 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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 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 recurrenceThis 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.4.3)Review procedurePrecise 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