Legal Basis:
Regulation (EU, Euratom) No 2018/1046
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:
Legal and Technical Assessments of Member States' Compliance with the Applicable EU Environmental Legislation (Two Lots)
Reference number: ENV/2020/OP/0017
II.1.2)Main CPV code90700000 Environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
To ensure the correct transposition and application of the Union's environmental legislation across Member States, it is essential to legally and technically assess the information that the Commission receives in the context of complaints, pre-infringement or infringement procedures or in the context of notification or reporting obligations or any information produced on Commission's own initiative.
II.1.5)Estimated total valueValue excluding VAT: 5 200 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Conformity Checking of Member States’ Measures to Transpose and apply EU Environmental Legislation
Lot No: 1
II.2.2)Additional CPV code(s)90700000 Environmental services
79111000 Legal advisory services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
The contractor's premises.
II.2.4)Description of the procurement:
Lot 1: Conformity checking of Member States’ measures to transpose and apply EU environmental legislation.
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: 4 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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:
07 02 03 (Life Op.) Supporting better environmental governance and information at all levels.
II.2.14)Additional information
This was previously published in the PIN 2020/S 059-140463 with a slightly different title: conformity checking of measures of Member States to Transpose Directives in the Sector of the Environment (Lot 1-Lot 2)’.
II.2)Description
II.2.1)Title:
Technical Assessments of Member States' Compliance with the Applicable EU Environmental Legislation
Lot No: 2
II.2.2)Additional CPV code(s)90700000 Environmental services
79111000 Legal advisory services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
The contractor's premises.
II.2.4)Description of the procurement:
Lot 2: Technical assessments of Member States' compliance with the applicable EU environmental legislation.
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: 1 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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:
07 02 03 (Life Op.) Supporting better environmental governance and information at all levels.
II.2.14)Additional information
This was previously published in the PIN 2020/S 059-140463 with a slightly different title: conformity checking of measures of Member States to Transpose Directives in the sector of the Environment (lot 1-lot 2)’.
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 registersList and brief description of conditions:
See internet address provided in Section I.3).
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.2.2)Contract performance conditions:
See internet address provided in Section I.3).
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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Framework agreement with a single operator for Lot 1 and Framework agreement in Cascade system with up to three tenderers for Lot 2.
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: 09/09/2020
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: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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 11/09/2020
Local time: 10:30
Place:
Avenue de Beaulieu 5-9, 1160 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
See internet address provided in Section I.3). Invitation document.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
See internet address provided in Section I.3).
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in Section I.3).
VI.5)Date of dispatch of this notice:22/06/2020