Finland-Helsinki: Service Contract for Assessment of the National Capacity and Readiness to Implement and Enforce REACH, CLP, BPR, POPs and ePIC in Albania, Bosnia and Herzegovina, Kosovo, North Macedonia and Turkey
2020/S 113-273042
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Service Contract for Assessment of the National Capacity and Readiness to Implement and Enforce REACH, CLP, BPR, POPs and ePIC in Albania, Bosnia and Herzegovina, Kosovo, North Macedonia and Turkey
Reference number: ECHA/2020/585
II.1.2)Main CPV code79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contractServices
II.1.4)Short description:
The contract aims at assessing the state of the general harmonisation of the existing national legal framework of Albania, Bosnia and Herzegovina, Kosovo, North Macedonia and Turkey with that of the EU but more importantly; clarifying the readiness and capacity (institutional and competence) of each country to implement and enforce REACH, CLP, BPR, POPs and ePIC. The final deliverable is to outline the findings per country in a detailed action plan, which also should describe steps needed to fully harmonise and enable each country to take on their responsibility as EU Member States in the implementation of these regulations.
II.1.5)Estimated total valueValue excluding VAT: 180 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79100000 Legal services
II.2.3)Place of performanceNUTS code: FI1B1 Helsinki-Uusimaa
Main site or place of performance:
The contract is foreseen to be mainly implemented as desk work with some potential need for field-trips, and a final workshop in one beneficiary state.
II.2.4)Description of the procurement:
Open call for tenders. The aim is the establishment of a direct service contract with a single provider for the provision of the expert services.
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 valueValue excluding VAT: 180 000.00 EUR
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: yes
Identification of the project:
The instrument for pre-accession assistance (IPA).
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.2)Conditions related to the contract
III.2.2)Contract performance conditions:
The minimum requirements for the delivery of the service under the contract are defined in the tender specifications.
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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 20/07/2020
Local time: 14:00
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 22/07/2020
Local time: 14:00
Place:
Tenders will be opened in public at the ECHA's premises, Telakkakatu 18, 00150 Helsinki at 14.00 Helsinki time (corresponding to 13.00 Brussels time).
Information about authorised persons and opening procedure:
A maximum of two representatives per tender may attend the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
Tenderers and participants in this procurement procedure are informed that for the purposes of safeguarding the financial interests of the Union, their personal data may be transferred to internal audit services, to the European Court of Auditors, to the Financial Irregularities Panel or to the European Anti-Fraud Office (OLAF). The contracting authority and OLAF may also check or require an audit on the implementation of the contract resulting from this procurement procedure.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
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 two 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 two months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1).
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:05/06/2020