Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
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:
Efficient and Harmonised Enforcement of Mobility Package 1
Reference number: MOVE/2021/OP/0006
II.1.2)Main CPV code60100000 Road transport services
II.1.3)Type of contractServices
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 valueValue excluding VAT: 300 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)60100000 Road transport services
II.2.3)Place of performanceNUTS 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: 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:
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 registersList 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 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.2.2)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 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 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 recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)Review procedurePrecise 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