Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.2)Information about joint procurementThe contract involves joint procurement
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: Rail research and innovation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
External Support to the Back Office Arrangement for the Joint Undertakings
Reference number: EU-Rail.OP.02.22
II.1.2)Main CPV code79212000 Auditing services
II.1.3)Type of contractServices
II.1.4)Short description:
This call for tenders aims to provide external support related to accounting services, audits, and controls to the nine joint undertakings stablished under Horizon Europe (Council Regulation (EU) No 2021/2085 of 19 November 2021) as well as to the European High-Performance Computing Joint Undertaking. The intention is to conclude framework contracts in cascade for the following assignments: statutory audit services (lot 1) and accounting and assurance services (lot 2).
II.1.5)Estimated total valueValue excluding VAT: 3 894 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)79212300 Statutory audit services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:
Please consult the procurement documents available at the address indicated in Section I.3).
II.2.4)Description of the procurement:
The contractor shall provide a team that will perform the services required for the statutory audit of the financial statements.
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: 1 454 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The details of the initial contract duration and possible renewals are set out in the draft framework contract for the respective lot. Please consult the procurement documents available at the address indicated in Section I.3).
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:
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Accounting Services and Other Assurance Engagements
Lot No: 2
II.2.2)Additional CPV code(s)79211000 Accounting services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:
Please consult the procurement documents available at the address indicated in Section I.3).
II.2.4)Description of the procurement:
The contractor shall provide individuals which will work to support the accounting officers under the overall coordination of the back-office arrangement accounting coordinator in their accounting tasks and teams that will support the performance of other assurance engagement services as requested by the contracting authorities on an ad-hoc basis.
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: 2 440 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The details of the initial contract duration and possible renewals are set out in the draft framework contract for the respective lot. Please consult the procurement documents available at the address indicated in Section I.3).
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:
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 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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The total duration of the framework contracts (60 months / 5 years) deviates from the standard maximum duration of a FWC (4 years) to guarantee the implementation of the activities related to the current multi-annual financial framework (2021-2027) as well as the gap until the start of the next period (2028-2034).
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: 28/08/2023
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 29/08/2023
Local time: 10:30
Place:
Information about authorised persons and opening procedure:
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 refer to Section 3.2 (‘Opening of tenders’) of the Invitation to Tender available at the address indicated in Section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
Please consult the procurement documents available at the address indicated in Section I.3). In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the last 5 calendar days before the time limit for receipt indicated in Section IV.2.2), the contracting authority reserves the right to extend this time limit and publish the extension at the internet address provided in Section I.3), without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section I.3) in order to get notified when new information or documents are published.
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:06/06/2023