Belgium-Brussels: Multiple framework contract for studies in the fields of education, youth, culture and research
2017/S 154-318457
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 activityOther activity: Consultative activities pertaining to the local and regional level.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Multiple framework contract for studies in the fields of education, youth, culture and research.
Reference number: CDR/TL2/59/2017.
II.1.2)Main CPV code73110000 Research services
II.1.3)Type of contractServices
II.1.4)Short description:
Multiple framework contract for studies in the fields of education, youth, culture and research.
The purpose of this framework contract is to set up a network of external experts that will provide the CoR with a rapid response capability, allowing broader consultation of local and regional players, offering CoR commissions the possibility of drawing up specific opinions on topics of current interest and enabling the CoR to draw on databases and knowledge built up by research centres or universities in the evaluation of policies.
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: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
II.2.4)Description of the procurement:
The following are the indicative spheres of activity covered by this call for tenders (from the perspective of the local and regional authorities):
— education and training,
— youth,
— sport,
— culture and cultural diversity,
— multilingualism and promotion of minority languages,
— innovation, research and technology,
— digital agenda,
— EU information society, including trans-European ICT networks,
— audiovisual industry and media technologies.
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: 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The framework contract could be renewed automatically up to 3 times, each time for a maximum period of 12 months, unless written notification to the contrary is sent by one of the parties and received by the other 3 months before expiry of the period.
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
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
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
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: 03/10/2017
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: 17/10/2017
Local time: 10:00
Place:
Room BvS 1048, rue Montoyer 92, 1040 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
A maximum of 2 representatives per tender can attend the opening of tenders. 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: cor-marches-publics@cor.europa.eu
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
The specifications and additional documents (including questions and answers) will be available at the following Web address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2601
Interested parties are invited to register via the website. They will then be notified by the online public procurement system of any updates available for this invitation to tender. Parties not registered on the site are requested to consult it regularly. The European Committee of the Regions cannot be held responsible should tenderers not be aware of any additional information on this invitation to tender given on this website.
The website will be updated regularly; it is the responsibility of tenderers to check for any updates and modifications during the tendering period.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Internet address:
http://curia.europa.eu VI.5)Date of dispatch of this notice:02/08/2017