Legal Basis:
Directive 2014/24/EU
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
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Transport.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Study on the safety level of specific stability requirements for ro-ro passenger ships.
II.1.2)Main CPV code79411000 General management consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
Following the outcome and proposals of several EMSA studies on damage stability (in particular EMSA 2 and EMSA 3) and their uptake at the international level, the study will provide concrete evidence on: (a) the potential safety gap between SOLAS 2009 (as amended) and Directive 2003/25/EC of the European Parliament and of the Council; and (b) the impacts of updating or repealing Directive 2003/25/EC of the European Parliament and of the Council.
II.1.5)Estimated total valueValue excluding VAT: 330 000.00 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:
Contractor's premises and meeting locations.
II.2.4)Description of the procurement:
The objective is to support the review of Directive 2003/25/EC of the European Parliament and of the Council. The contractor shall propose a formulation for the required subdivision index R for ro-ro passenger ships that will provide for an equivalent level of safety to that achieved across the entire fleet that is within the scope of this study.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 16
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: no
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: 21/10/2016
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:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 28/10/2016
Local time: 11:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
VI.5)Date of dispatch of this notice:15/07/2016