Services - 329617-2017

23/08/2017    S160

Belgium-Brussels: Cascading framework contracts for the provision of tax and customs information services

2017/S 160-329617

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Taxation and Customs Union
Postal address: rue Joseph II 79, Office 05/40
Town: Bruxelles
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1049
Country: Belgium
Contact person: Mr Stéphane Mail Fouilleul
E-mail: taxud-tenders@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/taxation_customs/index_en
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=2770
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
Other activity: Taxation and Customs Union.

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Cascading framework contracts for the provision of tax and customs information services.

Reference number: TAXUD/2017/AO-07.
II.1.2)Main CPV code
79300000 Market and economic research; polling and statistics
II.1.3)Type of contract
Services
II.1.4)Short description:

Cascading framework contracts to carry out studies and comparative analysis in various tax and customs areas.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79311400 Economic research services
II.2.3)Place of performance
NUTS code: 00 Not specified
Main site or place of performance:

From the contractor's usual premises.

II.2.4)Description of the procurement:

The contractor shall conduct studies on various taxation and customs issues. The topics to be covered and the delivery dates are determined by the Commission on a case-by-case basis following a request for service sent to the contractor. The taxation-related topics to be examined are related either to the monitoring of legislation, the analysis of fiscal aspects of the Commission work programme, to important tax developments on the national, European and international level or to preliminary assessments of the EU-law compliance of Member States' tax legislation and its practical implementation.

The customs-related topics to be examined are related either to analysing the existing or expected impact of EU customs policy and legislation, to their practical implementation in Member States, or with a view to proposing new policy. They may relate to the interaction between customs policy and implementation of customs measures in the enforcement of other policies (such as agriculture, health and safety, environment).

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

Up to 2 renewals of 12 months.

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: no
II.2.14)Additional information

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:

As stated in the procurement documents.

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.2.3)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
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.2.2)Time limit for receipt of tenders or requests to participate
Date: 25/09/2017
Local time: 17:00
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 tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 02/10/2017
Local time: 10:00
Place:

rue Joseph II 79, 1000 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

Subject to prior request, 1 representative per tenderer only.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Complementary services may be requested by the Commission according to the conditions foreseen in Article 104.5 of the Financial Regulation and in Article 134.1(e) of the rules of application, for a maximum value of 50 % of the framework contract's awarded amount.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the Court of Justice of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +32 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, CS 30403
Town: Strasbourg Cedex
Postal code: 67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa.eu
VI.4.4)Service from which information about the review procedure may be obtained
Official name: European Commission, Directorate-General for Taxation and Customs Union
Postal address: J79 05/40
Town: Brussels
Postal code: 1049
Country: Belgium
E-mail: taxud-tenders@ec.europa.eu
Telephone: +32 22995050
Fax: +32 22995444
Internet address: http://ec.europa.eu/taxation_customs/index_en
VI.5)Date of dispatch of this notice:
11/08/2017