Servicios - 258108-2016

27/07/2016    S143

Belgium-Brussels: Service contract for providing support in relation to the implementation of the EU soil thematic strategy

2016/S 143-258108

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 the Environment
Postal address: BU 9 01/005
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1049
Country: Belgium
E-mail: env-tenders@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/environment/funding/calls_en.htm
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=1758
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
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Service contract for providing support in relation to the implementation of the EU soil thematic strategy.

Reference number: ENV.D.1/SER/2016/0041.
II.1.2)Main CPV code
90700000 Environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

The objective of this service contract is to support DG Environment on technical, scientific and socio-economic aspects of soil protection and sustainable land use, in the context of the implementation of non-legislative pillars of the soil thematic strategy and support to the implementation of the European soil partnership. In particular, the service contract will address the specific needs linked to:

— the production of reports concerning the scientific, technical and socio-economic aspects of soil protection and sustainable land use (cluster 1),

— the organisation and provision of contents for the Europa website and the wiki collaborative Web platform on soil-related policy instruments (cluster 2),

— the support for the organisation of workshops (cluster 3).

II.1.5)Estimated total value
Value excluding VAT: 360 000.00 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:

Cluster 1: production of reports concerning the scientific, technical and socio-economic aspects of soil protection and sustainable land use. This cluster refers to the elaboration of in-depth reports and policy briefs, addressing the scientific aspects of the protection of soil functions and related ecosystem services and sustainable land use. This work will be based on the compilation of existing information (scientific literatures, reports of research projects and EU institutions) completed with new information. It should be undertaken in close coordination with DG Environment and its knowledge providers (the Joint Research Centre and the European Environment Agency in particular). In total the contractor will be required to elaborate 9 documents over the duration of the contract (3 years) of which 6 in-depth reports (not exceeding 60 pages) and 3 policy briefs (not exceeding 20 pages), equally spread over the duration of the contract (see table in point 3.8).

Cluster 2: organisation and provision of contents for the Europa website and the wiki collaborative Web platform on soil-related policy instruments. Support is requested for the review and update of the organisation and storage of electronic documents in the soil-related wiki collaborative Web platform (confluence in the context of its flexible platform) and the soil page website at www.europa.eu

Cluster 3: support for the organisation of workshops. It is requested to provide logistical support for the organisation of workshops to discuss a topic that will have been addressed under the cluster 1; hence reports drafted under cluster 1 would be used as background documents for the workshop. 2 workshops are planned to be organised each year for a maximum of 70 participants. They will take place in Europe either in Brussels or in an EU city providing a comparable level of accessibility. The duration will be a maximum of 2 days each. The organisation of a workshop requires the attendance of the contractor: at least 2 staff members should be present on site during the workshop and provide the following tasks: the preparation of the agenda and identification/contacting of potential speakers in close cooperation with the Commission; sending e-mail invitations and background documents, contacting speakers; facilitation of the sessions of the workshop; preparation of workshop proceedings, drafting of a conclusion Commission document and its finalisation taking into account comments from the Commission; provision of the meeting room; provision of the catering (coffee and tea breaks, at least 2 per day, and a working lunch per day); proposal of speakers (up to 6 per workshop). The costs of the non-Commission speakers will be covered by the contract including the necessary pre-paid travel tickets (on the basis of economy class flight tickets or first class train ticket) as well as organising and paying for their hotel accommodation (max. n + 1 night, with n equal to the number of days of the meeting).

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: 360 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Please refer to procurement documents (see points 1.1 and 1.7 of tender specifications).

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: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2016/S 043-070158
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 12/09/2016
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:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 23/09/2016
Local time: 10:30
Place:

avenue de Beaulieu 5, Room D, 1160 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

A maximum of 2 representatives per tender may attend the opening (no expenses paid).

For organisational and security reasons, the tenderer must provide the full name and ID or passport number of the representatives at least 3 working days in advance to: env-tenders@ec.europa.eu

Failing that, the contracting authority reserves the right to refuse access to its premises.

Section VI: Complementary information

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

In line with Article 134.1.e) of the rules of application to the Regulation (EU, Euratom) 2015/1929 of the European Parliament and of the Council of 28.10.2015 (Financial Regulation), during the 3 years following conclusion of the original contract, the contracting authority will be able to use the negotiated procedure for additional services (without prior publication of a contract notice) 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 these 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 paragraph 4 of Article 134.

Procurement 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: 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:

You may submit any observations concerning the award procedure to the contracting authority indicated under heading I.1.

If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu). Such complaint does not have as an effect either to suspend the time limit to launch an appeal or to open a new period for lodging an appeal.

Within 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1.

VI.5)Date of dispatch of this notice:
15/07/2016