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: Taxation and customs union
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Multiple Framework Contracts with reopening of competition for the provision evaluation and impact assessment-related services
Reference number: TAXUD/2018/AO-01
II.1.2)Main CPV code79311400 Economic research services
II.1.3)Type of contractServices
II.1.4)Short description:
Services requested will typically consist of specific studies designed to contribute to a given evaluation or impact assessment project of the contracting authority, including “Fitness Checks”. Studies supporting evaluation projects may include phases to support the contracting authority in meeting its obligations to prepare implementation or monitoring reports.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79311410 Economic impact assessment
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
From the contractor's usual premises in the EU territory.
II.2.4)Description of the procurement:
Typically, projects will include specific tasks to carry out different types of stakeholder consultations and to prepare synopsis reports summarizing consultation activities and their impact on findings, recommendations, or design of policy options.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
2 possible renewals for 12 months each are foreseen.
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
As stated in the procurement documents.
III.1.2)Economic and financial standingList and brief description of selection criteria:
As stated in the procurement documents.
Minimum level(s) of standards possibly required:
As stated in the procurement documents.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
As stated in the procurement documents.
Minimum level(s) of standards possibly required:
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 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 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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 27/09/2018
Local time: 15:00
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 tenderDuration in months: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 28/09/2018
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 recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
VI.3)Additional information:
Complementary services may be requested by the commission according to the conditions foreseen in point 11.4 of Annex I to Regulation (EU, Euratom) 2018/1046, for a maximum value of 50 % of the framework contract's awarded amount.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial 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.euTelephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.4.2)Body responsible for mediation proceduresOfficial 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 VI.5)Date of dispatch of this notice:01/08/2018