Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) 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:
Review of the European Chemicals Agency (ECHA) established under Regulation (EC) No 1907/2006 of the European Parliament and of the Council.
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 main 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 European Chemicals Agency (ECHA) created on 1.6.2007 and located in Helsinki, Finland, plays a central role in the implementation of REACH, CLP, BPR and PIC Regulations.
REACH is the Regulation on registration, evaluation, authorisation and restriction of chemicals. It entered into force on 1.6.2007. It streamlines and improves the former legislative framework on chemicals of the European Union. CLP is the Regulation on classification and labelling and packaging of chemicals. It entered into force on 20.1.2009. Both Regulations seek to ensure a high level of protection for human health and the environment and facilitate the free circulation of chemicals within the European single market. In addition, REACH promotes alternative methods to animal testing and enhances the competitiveness and innovation of industry.
BPR is the Biocidal Product Regulation which entered into force in 2013 and concerns the placing on the market and use of biocidal products, which are used to protect humans, animals, materials or articles against harmful organisms, like pests or bacteria, by the action of the active substances contained in the biocidal product.
PIC is the Prior Informed Consent Regulation which entered into force in 2014 and administers the import and export of certain hazardous chemicals and places obligations on companies who wish to export these chemicals to non-EU countries. It implements, within the European Union, the Rotterdam Convention on the Prior Informed Consent Procedure for Certain Hazardous Chemicals and Pesticides in International Trade.
ECHA manages the main processes of REACH, CLP, BPR and PIC Regulations.
According to Article 117(4) of the REACH Regulation, the Commission has to report every 5 years on the functioning of REACH, starting from 1.6.2012. Therefore, there is a legal obligation for the Commission to report again in 2017. The next Commission report will build on Member State and ECHA reports (due in the course of 2015 and 2016), as well as on a number of specific studies launched by the Commission in order to assess particular elements related to the implementation of REACH.
ECHA review shall contribute to the Commission's review/reporting of the REACH Regulation by 1.6.2017. The first review of ECHA took place in 2012. This evaluation will cover the period since the last review taking account of the new tasks entrusted to the Agency since then.
The contractor is expected to evaluate the performance of the Agency following the European Commission's guidelines for evaluations. In doing so, the contractor has to assess the Agency's efficiency, effectiveness, relevance, coherence and EU added value in building up its capacities and in managing its operations as well as its acceptability. On the basis of the conclusions, the contractor will propose suggestions/recommendations for improvement.
II.1.6)Common procurement vocabulary (CPV)24000000 Chemical products, 79400000 Business and management consultancy and related 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 12 months.
Estimated value excluding VAT: 300 000 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: 12 (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 documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See tender documents.
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 documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tender documents.
Minimum level(s) of standards possibly required: See tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender documents.
Minimum level(s) of standards possibly required:
See tender documents.
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:
445/PP/GRO/IMA/15/11817.
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: 30.9.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate30.9.2015
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: 8.10.2015 - 11:00
Place:
avenue d'Auderghem 45, Office: Room 12/ST01, 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 address given under 3.1 of the specifications. This notification must be signed by an authorised officer of 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
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:31.7.2015