Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, Directorate-General for Internal Market, Industry, Entrepreneurship and SMEs, Directorate E: Modernisation of the Single Market
Postal address: avenue des Nerviens 105
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-HoofdstadPostal code: 1049
Country: Belgium
Contact person: Joaquim Nunes de Almeida, Acting Director
E-mail:
GROW-E4@ec.europa.euInternet address(es): Main address:
http://ec.europa.eu/growth/Address of the buyer profile:
http://ec.europa.eu/growth/contracts-grants/calls-for-tenders/ 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:
Operational restrictions in the retail sector.
Reference number: 577/PP/GRO/IMA/16/1131/8973.
II.1.2)Main CPV code79411000 General management consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The objectives of this study are to:
— identify, map, describe and rank the most problematic operational restrictions faced by retailers in the EU Member States and Norway,
— develop a methodology to measure the burden that procedures put in place by EU Member States and Norway to ensure compliance with regulations represent for retailers in their day-to-day operations. Based on such methodology, assess the administrative burden in the different countries covered.
II.1.5)Estimated total valueValue excluding VAT: 400 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
The objectives of this study are to:
— identify, map, describe and rank the most problematic operational restrictions faced by retailers in the EU Member States and Norway,
— develop a methodology to measure the burden that procedures put in place by EU Member States and Norway to ensure compliance with regulations represent for retailers in their day-to-day operations. Based on such methodology, assess the administrative burden in the different countries covered.
Details of the tasks to be performed are described in the tendering documents.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 7
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: no
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.1.3)Technical and professional abilitySelection 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 contractObligation 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 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: yes
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: 16/09/2016
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 tenderDuration in months: 10 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 19/09/2016
Local time: 10:00
Place:
DG Internal Market, Industry, Entrepreneurship and SMEs, avenue des Nerviens 105, 2nd floor, meeting room 80, 1049 Brussels, BELGIUM.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
Only electronic submission through e-submission will be allowed for this call.
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:08/08/2016