Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
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:
Monitoring of the Implementation and Enforcement of the EU Wildlife Trade Regulations
Reference number: ENV.F.3/SER/2019/0020
II.1.2)Main CPV code90700000 Environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
Provide support to the EC in monitoring the implementation and enforcement of the EU Wildlife Trade Regulations, i.e.:
(a) Regulation (EC) No 338/97 – the 'Basic Regulation';
( b) Regulation (EC) No 865/2006 – the 'Implementing Regulation';
(c) Commission Implementing Regulation (EU) No 792/2012 – the 'Permits Regulation';
(d) Commission Implementing Regulation (EU) No 2017/1915 – the 'Suspensions Regulation', and in carrying out the specific tasks required of it by the Regulations as indicated above; assist the Member States in carrying out certain implementation and reporting tasks required of them by the WTR, as indicated above; provide support to the EC and assist the MS and other relevant actors, such as Europol and Eurojust, in the implementation of the actions contained in the EU Wildlife Action Plan, which relate to the implementation of EU law on wildlife trade.
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.2.2)Additional CPV code(s)90700000 Environmental services
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 — single contract of 36 months (400 000 EUR).
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: 36
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 02 - Halting and reversing biodiversity loss
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 registersList and brief description of conditions:
Please refer to tender documents (see points 1.1 and 1.2 of tender specifications).
III.1.2)Economic and financial standingList and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
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 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: 05/09/2019
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: 10/09/2019
Local time: 11:00
Place:
Avenue de Beaulieu 9, B — 1160 Brussels, Salle E
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.3)Additional information:
In line with Article 11.1(e) of the Annex to Regulation (EU, Euratom) 2018/1046 on the financial rules applicable to the general budget of the Union, 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 those 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 point 11.4.
Tender 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:
See internet address provided in Section I.3 — invitation document.
VI.5)Date of dispatch of this notice:12/07/2019