Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Services related to offering capacity to plan, conduct and evaluate training courses in joint cooperation with OCHA, WHO, WFP and IOM (4 lots).
Reference number: ECHO/A2/SER/2016/13.
II.1.2)Main CPV code80500000 Training services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of the contract is to plan, organise and support training courses for personnel active in the international disaster response field, appointed by the participating States of the Mechanism.
The main objective of the contract is to build on the synergies among the different civil protection actors in the participating States, in order to continue ensuring the diversity and richness of the civil protection training programme.
II.1.5)Estimated total valueValue excluding VAT: 1 040 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
II.2)Description
II.2.1)Title:
Emergency medical team coordination cell (EMTCC) training with the World Health Organisation (WHO)
Lot No: 1
II.2.2)Additional CPV code(s)80500000 Training services
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
The contractor shall plan, organise and support in total 2 EMTCC trainings, 1 course in 2017 and 1 course in 2019. Each course shall have a capacity of 24 participants and shall last 5 full course days (travel time excluded). The WHO will finalise the overall course concept, curricula, course schedules and lesson templates for the courses. The contractor has no responsibility in this item. The consortium has to ensure close cooperation so that the WHO is able to finalise the planning in due time.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 160 000.00 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: Decision No 1313/2013/EU of the European Parliament and of the Council of 17.12.2013.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
United Nations disaster assessment and coordination (UNDAC) course and UNDAC team leader training course with the United Nations Office for the Coordination of Humanitarian Affairs (OCHA)
Lot No: 2
II.2.2)Additional CPV code(s)80500000 Training services
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
The contractor shall plan, organise and support in total 2 UNDAC courses, 1 UNDAC induction course in 2016 and 1 UNDAC team leaders course in 2018.
The UNDAC induction course shall have a capacity of 32 participants and shall last 11,5 course days (travel time excluded).
The UNDAC team leader training course shall have a capacity of 24 participants and shall last 6 course days (travel time excluded).
OCHA will finalise the overall course concept, curricula, course schedules and lesson templates for the courses. The contractor has no responsibility in this item. The consortium has to ensure close cooperation so that OCHA is able to finalise the planning in due time.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in days: 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: Decision No 1313/2013/EU of the European Parliament and of the Council of 17.12.2013.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Camp coordination camp management (CCCM) course with the International Organisation for Migration (IOM) and environment and emergencies training (EET) with OCHA
Lot No: 3
II.2.2)Additional CPV code(s)80500000 Training services
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
The contractor shall plan, organise and support in total 2 camp coordination camp management courses, 1 in 2018 and 1 in 2020 and 4 environment and emergencies trainings, subsequently in 2017, 2018, 2019 and 2020.
Each of them shall have a capacity of 24 participants and shall last for 5 full course days (travel time excluded).
The responsible entity (IOM or OCHA) will finalise the overall course concept, curricula, course schedules and lesson templates for the courses. The contractor has no responsibility in this item. The consortium has to ensure close cooperation so that one of the abovementioned entities is able to finalise the planning in due time.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 480 000.00 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: Decision No 1313/2013/EU of the European Parliament and of the Council of 17.12.2013.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Logistics response team (LRT) training with the World Food Programme (WFP)
Lot No: 4
II.2.2)Additional CPV code(s)80500000 Training services
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
The contractor shall plan, organise and support in total 2 logistics response team trainings, 1 in 2017 and 1 in 2019. Each of them shall have a capacity of 24 participants and shall last for 6 full course days (travel time excluded).
The WFP will finalise the overall course concept, curricula, course schedules and lesson templates for the courses. The contractor has no responsibility in this item. The consortium has to ensure close cooperation so that the WFP is able to finalise the planning.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 200 000.00 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: Decision No 1313/2013/EU of the European Parliament and of the Council of 17.12.2013.
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 system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 25/08/2016
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.2.7)Conditions for opening of tendersDate: 01/09/2016
Local time: 10:00
Place:
ERCC meeting room, rue de la Loi 86, 1040 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
Not more than 1 representative per tenderer (with proof of identity). The name of the representative must be communicated to the contact point by e-mail no later than 2 working days before the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification to the plaintiff, or, in the absence thereof, of the day on which it came to the knowledge of the plaintiff. A complaint to the European Ombudsman does not have an effect either to suspend this period or to open a new period for lodging appeals.
VI.5)Date of dispatch of this notice:14/07/2016