Services - 363150-2019

02/08/2019    S148

Belgium-Brussels: Study on the Simplification of Labelling and the Use of IT Tools to Communicate Hazard and Safety Information on Chemicals as well as use Instructions to Consumers

2019/S 148-363150

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Directorate-General for Internal Market, Industry, Entrepreneurship and SMEs, Directorate D: Consumer, Environmental and Health Technologies
Postal address: BREY 12/088
Town: Brussels
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Postal code: B-1049
Country: Belgium
E-mail: grow-dir-d-financial-team@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/growth/
Address of the buyer profile: http://ec.europa.eu/growth/contracts-grants/calls-for-tenders/index_en.htm
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=5024
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=5024
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:

Study on the Simplification of Labelling and the Use of IT Tools to Communicate Hazard and Safety Information on Chemicals as well as use Instructions to Consumers

Reference number: 750/PP/GRO/IMA/19/1131/10774
II.1.2)Main CPV code
79400000 Business and management consultancy and related services
II.1.3)Type of contract
Services
II.1.4)Short description:

The study is a follow-up to the fitness check of the most relevant chemicals legislation (excluding REACH) and the evaluation of the detergents regulation. These 2 evaluations provide a comprehensive assessment regarding the performance of the EU chemicals legislation in light of the legislation's objectives of protecting human health and the environment, ensuring the efficient functioning of the single market and enhancing competitiveness and innovation.

The main purpose of this study is to identify suitable policy options:

1) To simplify and streamline the existing labelling requirements in the CLP Regulation and the CLP-related legislation i.e. sector and product-specific legislation that has vertical or horizontal links with the CLP Regulation; and

2) To make optimal use of digital tools to communicate hazard and safety information as well as instructions for use to consumers.

II.1.5)Estimated total value
Value excluding VAT: 200 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79410000 Business and management consultancy services
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:

The place of performance of the tasks shall be the contractor's premises or any other place indicated in the tender, with the exception of the Commission's premises.

II.2.4)Description of the procurement:

Service contract for a study. The study is a follow-up to the fitness check of the most relevant chemicals legislation (excluding REACH) and the evaluation of the detergents regulation. These 2 evaluations provide a comprehensive assessment regarding the performance of the EU chemicals legislation in light of the legislation's objectives of protecting human health and the environment, ensuring the efficient functioning of the single market and enhancing competitiveness and innovation.

The main purpose of this study is to identify suitable policy options:

1) To simplify and streamline the existing labelling requirements in the CLP Regulation and the CLP-related legislation i.e. sector and product-specific legislation that has vertical or horizontal links with the CLP Regulation; and

2) To make optimal use of digital tools to communicate hazard and safety information as well as instructions for use to consumers.

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: 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 15
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: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
List and brief description of selection criteria:

Selection criteria as stated in the procurement documents.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Selection criteria 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 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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 23/09/2019
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 tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 25/09/2019
Local time: 11:30
Place:

Avenue d'Auderghem 45, B-1049, Brussels, BELGIUM.

Information about authorised persons and opening procedure:

Companies wishing to attend are requested to notify their intention by sending an e-mail at least 48 hours in advance to the e-mail address given under 3.2 of the invitation to tender. This notification must be signed by an authorised officer of the tenderer and specify the name of the person who will attend the opening of bids on the tenderer's behalf.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Only electronic submission through e-Submission is possible for this call.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within 2 months of the notification to the plaintiff, or in the absence thereof, on the date on which it came to the knowledge. A complaint to the European Ombudsman does not have as an effect to suspend this period or to open a new period for lodging appeals.

VI.5)Date of dispatch of this notice:
23/07/2019