Mums džiugu pranešti, kad 2024-01-29 (data orientacinė, dar bus patvirtinta) pradės veikti nauja TED portalo versija. Norite sužinoti, kokių naujų funkcijų, patobulinimų ir kt. parengėme naudotojams? Kviečiame susipažinti su mūsų straipsniu ir sužinoti daugiau apie naujus svarbiausius pasikeitimus ir funkcijas.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

Dėl klaidos programoje, „eForms“ skelbimuose netinkamai rodomi URL. Stengiamės pašalinti šią problemą. Kol kas siūlome nutrinti kablelį (ar bet kokį kitą specialų ženklą), įrašytą URL pabaigoje. Atsiprašome už nepatogumus.

Paslaugos - 300536-2020

29/06/2020    S123

Belgium-Brussels: Legal and Technical Assessments of Member States' Compliance with the Applicable EU Environmental Legislation (Two Lots)

2020/S 123-300536

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate General Environment
Postal address: ENV.A.5 – Finance, BU 9 01/005
Town: Brussels
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: B-1049
Country: Belgium
E-mail: env-tenders@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/environment/funding/calls_en.htm
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=6632
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=6632
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:

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 code
90700000 Environmental services
II.1.3)Type of contract
Services
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 value
Value excluding VAT: 5 200 000.00 EUR
II.1.6)Information about lots
This 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 performance
NUTS 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 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: 4 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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:

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 performance
NUTS 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 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: 1 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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:

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 registers
List and brief description of conditions:

See internet address provided in Section I.3).

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection 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 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
The 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
Notice number in the OJ S: 2020/S 059-140463
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 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 tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 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 recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:

See internet address provided in Section I.3).

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
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:
22/06/2020