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:
Multiple Framework Contract in Cascade for Assistance Services in the Field of Compliance Assessment
Reference number: FISMA/2020/OP/0006
II.1.2)Main CPV code79400000 Business and management consultancy and related services
II.1.3)Type of contractServices
II.1.4)Short description:
Multiple framework contract for assistance services in the field of compliance assessment.
II.1.5)Estimated total valueValue excluding VAT: 5 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79400000 Business and management consultancy and related services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:
The Pavilion (SPA2), Rue de Spa 2,B-1000 Brussels, BE.
II.2.4)Description of the procurement:
Multiple FWC in cascade for completeness/conformity assessment of transposition of directives and implementation of regulations adopted in particular in the financial services area.
One of the main challenges for the Commission is to ensure timely and correct implementation of the directives and regulations into national law. The services required under this contract will contribute to achieving this goal by assisting the Commission in assessing the compliance of national measures with EU legislation in particular in the areas of banking and finance. The compliance assessment reports done by the contractor are used for assisting the Commission in assessing the compliance of national measures with EU legislation, since it falls within the responsibility of the Commission to make sure that Member States legislation is compliant with Union law. The incomplete and incorrect transposition or implementation of Union law can lead to an action by the Commission under Art 258 TFEU (infringement procedures).
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: 5 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial contract duration is 24 months, renewable once for another 24 months.
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:
See internet address provided in section I.3).
II.2.14)Additional information
See internet address provided 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:
See internet address provided 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:
See internet address provided in section I.3).
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: 2
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: 07/10/2020
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: 09/10/2020
Local time: 10:00
Place:
The Pavilion (SPA2), Rue de Spa 2, B-1000 Brussels, BEL.
Information about authorised persons and opening procedure:
See internet address provided in Section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
In 48 months, when the FWC that is subject of this present call has finished.
VI.3)Additional information:
See internet address provided in Section I.3).
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).
VI.5)Date of dispatch of this notice:17/07/2020