Usługi - 344249-2021

Submission deadline has been amended by:  371594-2021
08/07/2021    S130

Belgium-Brussels: Efficient and Harmonised Enforcement of Mobility Package 1

2021/S 130-344249

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 for Mobility and Transport (MOVE), MOVE.DDG2.C.1 — Road Transport
Postal address: Rue Demot 28
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: B-1040
Country: Belgium
E-mail: MOVE-C1-Secretariat@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/info/departments/mobility-and-transport_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=8784
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=8784
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:

Efficient and Harmonised Enforcement of Mobility Package 1

Reference number: MOVE/2021/OP/0006
II.1.2)Main CPV code
60100000 Road transport services
II.1.3)Type of contract
Services
II.1.4)Short description:

The subject of this call for tenders is the elaboration of guidance and training materials on social, technical, safety and market rules in the road transport sector, following the adoption of Mobility Package I, as well as carrying out related training and dissemination activities. The work should build on the outcomes of the previous project called TRACE (Transport Regulators Align Control Enforcement) which is aimed at the development of a European harmonized training format for enforcers controlling the respect of the driving and rest time rules in commercial road transport. The documents elaborated and activities carried out within this project will contribute to achieving common understanding of the new rules in force and their consistent and effective enforcement throughout the EU.

II.1.5)Estimated total value
Value excluding VAT: 300 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
60100000 Road transport services
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:

The tasks will be performed at the Contractor's premises.

II.2.4)Description of the procurement:

The subject of this call for tenders is the elaboration of guidance and training materials on social, technical, safety and market rules in the road transport sector, following the adoption of Mobility Package I, as well as carrying out related training and dissemination activities. The work should build on the outcomes of the previous project called TRACE (Transport Regulators Align Control Enforcement) which aimed at the development of a European harmonized training format for enforcers controlling the respect of the driving and rest time rules in commercial road transport. The documents elaborated and activities carried out within this project will contribute to achieving common understanding of the new rules in force and their consistent and effective enforcement throughout the EU.

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: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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:

Please consult the procurement documents available at the address indicated in section I.3).

II.2.14)Additional information

Please consult the procurement documents available at the address indicated in section I.3).

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:

Please consult the procurement documents available at the address indicated 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:

Please consult the procurement documents available at the address indicated 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
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.2.2)Time limit for receipt of tenders or requests to participate
Date: 02/09/2021
Local time: 12:00
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 03/09/2021
Local time: 11:00
Place:

Tenders will be opened electronically on the date and time indicated in the contract notice. It is possible to attend the opening by videoconference.

Information about authorised persons and opening procedure:

Please consult the procurement documents available at the address indicated in section I.3).

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:
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:

Please consult the procurement documents available at the address indicated in section I.3).

VI.5)Date of dispatch of this notice:
01/07/2021