Vi har nöjet att meddela att en ny version av TED-portalen kommer att släppas den 29 januari 2024 (preliminärt datum)! Vill du veta mer om de nya funktionerna och vilka förbättringar vi har gjort? Du hittar svaren i vår artikel om den nya versionen av TED.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

En bugg påverkar just nu hur webbadresser visas i eForms-meddelanden. Vi jobbar med att lösa problemet. Under tiden föreslår vi att du tar bort kommatecknet (eller eventuella andra specialtecken) i slutet av webbadressen. Vi ber om ursäkt för det inträffade.

Tjänster - 258105-2016

27/07/2016    S143

Belgium-Brussels: Study on the safety level of specific stability requirements for ro-ro passenger ships

2016/S 143-258105

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Mobility and Transport, Directorate D: Logistics, Maritime and Land Transport and Passenger Rights
Postal address: DM 28 3/56
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1049
Country: Belgium
Contact person: Petra Doubkova
E-mail: move-maritime-transport-and-safety@ec.europa.eu
Telephone: +32 22969303
Internet address(es):
Main address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1750
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=1750
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
Other 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 code
79411000 General management consultancy services
II.1.3)Type of contract
Services
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 value
Value excluding VAT: 330 000.00 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:

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 criteria
Price 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 system
Duration in months: 16
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: 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 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.2.3)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
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 participate
Date: 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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 28/10/2016
Local time: 11:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official 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