Belgium-Brussels: Study on analysis, development and testing of the Unique Formula Identifier (UFI) for information to be submitted to Poison Centres, according to Article 45(4) of Regulation (EC) No 1272/2008 of the European Parliament and of the Council of 16.12.2008 (CLP Regulation)
2015/S 144-265084
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Internal Market, Industry, Entrepreneurship and SMEs, Directorate D: Consumer, Environmental and Health Technologies, Unit D.2: ‘Chemicals’
Postal address: BREY 12/088
Town: Brussels
Postal code: 1049
Country: Belgium
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/growth/
Address of the buyer profile: http://ec.europa.eu/growth/contracts-grants/calls-for-tenders/index_en.htm
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=914
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
Official name: European Commission, Directorate-General for Internal Market, Industry, Entrepreneurship and SMEs, Directorate D, Unit D.2 ‘Chemicals’
Postal address: see invitation to tender
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: see invitation to tender
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Study on analysis, development and testing of the Unique Formula Identifier (UFI) for information to be submitted to Poison Centres, according to Article 45(4) of Regulation (EC) No 1272/2008 of the European Parliament and of the Council of 16.12.2008 (CLP Regulation).
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: The place of performance of the tasks shall be the contractor's premises or any other place indicated in the tender, with the exception of the Commission's premises.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The objective of the service contract is to provide the European Commission with tools to support the establishment of an electronic version of a Unique Formula Identifier (UFI) to be used in the submission of information related to the chemical composition of hazardous mixtures.
These work products are threefold:
i) an analysis of the available options for a secure and unambiguous identification of the mixture of concern via the UFI and design and development of software for the generation of the UFI (on the basis of an existing version already available online);
ii) identify the IT resources needed to host the software, in a high-performing and secured manner, on a website, and to maintain it fully operational under the expected load and to test its robustness;
iii) identify potential interactions with the harmonised XML format for data submission to poison centres and with the national/regional poison centre databases.
Moreover, the study shall provide guidance and tutorials for the UFI generator users with a particular attention to SMEs.
II.1.6)Common procurement vocabulary (CPV)79410000 Business and management consultancy services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Service contract for a study: 100 000 EUR (VAT excl.).
Estimated value excluding VAT: 100 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 10 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender specifications.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender specifications.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See tender specifications.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: See tender specifications.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tender specifications.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
459/PP/GRO/IMA/15/118319.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 18.9.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate18.9.2015
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 25.9.2015 - 14:30
Place:
European Commission, Directorate-General for Internal Market, Industry, Entrepreneurship and SMEs, Room 12/ST01, avenue d'Auderghem 45, 1049 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: An authorised representative of each tenderer may attend the opening of the bids. Companies wishing to attend are requested to notify their intention by sending an e-mail at least 48 hours in advance to the e-mail address given in the tender specifications in Section 3.1. This notification must be signed by an authorised officer or the tenderer and specify the name of the person who will attend the opening of the bids on the tenderer's behalf.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The estimated value indicated in point II.2 is the maximum estimated value.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or in the absence thereof, of the day on which it came to the knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:17.7.2015