Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to 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:
Providing support in relation to the implementation of soil and land-related sustainable development goals at EU level
Reference number: ENV.D.1/SER/2018/0016
II.1.2)Main CPV code90700000 Environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
The overall objective of the contract is to assist the European Commission by analysing the progress of implementation of Sustainable Development Goals (SDGs) targets related to land and soil in the EU, providing support for the organisation of a Conference on this topic at EU level, compiling examples of good practices and proposing recommendations for the implementation.
II.1.5)Estimated total valueValue excluding VAT: 150 000.00 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
Main site or place of performance:
II.2.4)Description of the procurement:
Open call for tender: service. Single contract of 18 months (total budget 150 000 EUR).
The contract will involve desk-based compilation and analysis of information on the implementation of soil and land-related SDGs, contacts with Member States authorities, on-site assistance for the organization of a Conference at EU level in Brussels, publication of key findings for policy makers and dissemination in at least 3 events. The work will build on information already available in the context of the implementation of SDGs in the Member States and at EU level), and on information collected autonomously by the Contractor and provided by the Commission services. In particular the contractor will need to:
1) compile existing information on the state of implementation of soil and land-related SDGs at national and European level (scientific literature, national plans on sustainable developments, reports on the implementation of SDGs etc.). Complete and analyse the information on the coordination, definition of indicators, priorities, implementation and best practices at national level, by contacting the relevant national authorities, in particular the soil expert group under the supervision of the Commission;
2) support the Commission for the organization of a Conference on the implementation of land and soil-related SDGs in the EU planned in the second half of 2019 in Brussels. It will encompass the preparation of the conference, the provision and management of logistics of the conference, the drafting and dissemination of the outcomes, in close collaboration with the European Commission services;
3) the compilation, publication and dissemination of examples of good practices and key messages to policy makers on the implementation of land and soil-related SDGs.
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: 150 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
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
This was previously published in the PIN OJ S 056-123139 of 21.3.2018 with the title “Study on how to implement soil related, sustainable development goals at EU level” with an amount of 150 000 EUR. The contract type was ETU.
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:
Please refer to Procurement Documents (see Point 1.1 and 1.7 of tender specifications).
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: 24/08/2018
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 07/09/2018
Local time: 10:30
Place:
avenue de Beaulieu 5, B-1160 Brussels, Salle D.
Information about authorised persons and opening procedure:
A maximum of 2 representatives per tender may attend the opening (no expenses paid).
For organisational and security reasons, the tenderer must provide the full name and ID or passport number of the representatives at least 3 working days in advance to: env-tenders@ec.europa.eu
Failing that, the Contracting Authority reserves the right to refuse access to its premises.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
In line with Article 134.1.e) of the Rules of Application to the Financial Regulation nº 2015/1929 of 28.10.2015, during the 3 years following conclusion of the original contract, the Contracting Authority will be able to use the negotiated procedure for additional services (without prior publication of a contract notice) for new services or works consisting in the repetition of similar services or works entrusted to the economic operator to which the same Contracting Authority awarded an original contract, provided that these services or works are in conformity with a basic project for which the original contract was awarded after publication of a contract notice, subject to the conditions set out in Paragraph 4 of Article 134.
Procurement documents will be available for download at the address indicated under Heading I.3. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise 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 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1.
VI.5)Date of dispatch of this notice:03/07/2018