Services - 271327-2017

14/07/2017    S133

Belgium-Brussels: Erasmus+ virtual exchanges (EVE)

2017/S 133-271327

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Education, Audiovisual and Culture Executive Agency (EACEA) (lead contracting authority)
Postal address: avenue du Bourget 1, attention: Unit R2 — Finances, Accounting, Programming, Office SPA2 06/98, ref.: Call for tenders EACEA/2017/05
Town: Brussels
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: 1049
Country: Belgium
Contact person: EACEA Tenders
E-mail: EACEA-TENDERS@ec.europa.eu
Internet address(es):
Main address: http://eacea.ec.europa.eu/index_en.php
Address of the buyer profile: https://eacea.ec.europa.eu/about-eacea/calls-for-tenders_en
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://eacea.ec.europa.eu/about-eacea/calls-for-tender-eacea/eve-erasmus-plus-virtual-exchanges_en
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:

Erasmus+ virtual exchanges (EVE).

Reference number: 2017/05.
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

The general objective of the contract is to set up and implement the ‘Erasmus+ virtual exchanges’ initiative, called EVE, linking countries' young people (aged 18 to 30 years), youth workers, youth organisations, students and academics from European and southern Mediterranean using online learning activities and technology-enabled solutions in order to strengthen people-to-people contacts and intercultural dialogue.

II.1.5)Estimated total value
Value excluding VAT: 1 950 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: 00 Not specified
Main site or place of performance:

Mainly EU countries, but most assignments could be carried out outside of the EU.

II.2.4)Description of the procurement:

See Internet address provided in Section I.3.

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: 1 950 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

The contract may be renewed 2 times for further period of 12 months each, subject to satisfactory performance on the part of the contractor and budget availability.

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: yes
Identification of the project: Erasmus+.
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:

See Internet address provided in Section I.3.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Selection criteria as stated in the procurement documents.

Minimum level(s) of standards possibly required:

Selection criteria as stated in the procurement documents.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Selection criteria as stated in the procurement documents.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Selection criteria as stated in the procurement documents.

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: 22/09/2017
Local time: 17:00
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:
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.2.6)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: 02/10/2017
Local time: 10:00
Place:

Room 00/A077, rue Joseph II 59, 1000 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

See Internet address provided in Section I.3.

Section VI: Complementary information

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

Procurement documents will be available for download at the address indicated under heading I.1. 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 4303-2100
Internet address: http://curia.europa.eu/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See Internet address provided in Section I.3.

VI.5)Date of dispatch of this notice:
04/07/2017