Services - 367736-2014

Display compact view

29/10/2014    S208

Belgium-Brussels: Framework service contract for the coordination and support of the radicalisation awareness network (RAN centre of excellence)

2014/S 208-367736

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Commission, Directorate-General for Home Affairs, Directorate A: Internal Security
Postal address: LX-46 3/106
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Mr Luigi Soreca
E-mail: home-c4-procurement@ec.europa.eu
Fax: +32 22979590

Internet address(es):

General address of the contracting authority: http://ec.europa.eu/dgs/home-affairs/financing/tenders/index_en.htm#/c_

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
Official name: European Commission, Directorate-General for Home Affairs, Directorate A: Internal Security
Postal address: LX-3/106
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Mr Luigi Soreca
E-mail: home-c4-procurement@ec.europa.eu
Fax: +32 22979590
Internet address: http://ec.europa.eu/dgs/home-affairs/financing/tenders/index_en.htm

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework service contract for the coordination and support of the radicalisation awareness network (RAN centre of excellence).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Contractor's premises.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 25 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
— Exchange, development and dissemination of best practices and collaboration with experts in the field of prevention of radicalisation leading to violent extremism and terrorism.
— Facilitate, steer and carry out research in the field of radicalisation leading to violent extremism and terrorism.
— Provide policy support and recommendations to the Commission as well as consulting/advisory services and training to assist different stakeholders (including Member States) in efforts to prevent radicalisation leading to violent extremism and terrorism.
— Organise conferences, seminars, workshops, elaborate publications (e.g. regular newsletters, issue papers, etc.) and provide communication and media assistance, including a Web portal.
II.1.6)Common procurement vocabulary (CPV)

79421000 Project-management services other than for construction work, 79410000 Business and management consultancy services, 75112000 Administrative services for business operations, 79951000 Seminar organisation services, 79952000 Event services, 79997000 Business travel services, 79416200 Public relations consultancy services, 80520000 Training facilities, 80500000 Training services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 25 000 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Tenders can be submitted by groupings of service providers/suppliers who will not be required to adopt a particular legal form prior to the contract being awarded. However, the Commission will require the grouping:
— either to have the contract signed by all members of the grouping. In this case, one of them will be responsible for the receipt and processing of payments for members of the grouping, for managing the service administration and for coordination of the contract, or
— to have the contract signed by a team leader, which has been duly authorised by the other members to bind each of them (a power of attorney will be attached to the contract according to the template provided by the Commission).
In addition, the composition and constitution of the grouping, and the allocation of the scope of tasks amongst the members, shall not be altered without the prior written consent of the Commission which can be withheld at discretion.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As in the terms of reference.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Tenderers must show that their annual consolidated turnover exceeds 2 500 000 EUR, for the past 3 years (average of 2011, 2012 and 2013 figures) — in case of a consortium, this threshold will be verified at the level of the consortium.
The following evidence should be provided:
— the completed 'Simplified balance sheet' and 'Simplified profit & loss account' completed for the last 3 years (Annex 2 must be completed),
— copy of the profit & loss account and balance sheet for the last 3 years for which accounts have been closed,
— failing that, appropriate statements from banks,
— if applicable, evidence of professional risk indemnity insurance.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
a. Criteria relating to tenderers:
— the tenderer must prove extensive experience in the field of countering radicalisation. This includes in particular extensive experience in the different fields of and the different sectors involved in preventive work (in particular those fields and sectors identified in the Commission's PREVENT Communication), with at least 3 projects delivered in this field in the last 3 years with a minimum value of 100 000 EUR for each project,
— the tenderer must prove in-depth knowledge of the work and role of public authorities involved in preventive work and policy (at local, regional, national, European and international level), law enforcement, and other actors of relevance in the field of radicalisation (such as NGOs). The tenderer must prove experience in dealing with policymakers, academics and practitioners in the area of radicalisation, with at least 3 projects delivered in this field in the last 3 years with a minimum value of 100 000 EUR for each project,
— the tenderer must prove expertise and experience in logistics (including the organisation of large scale events), development of policy-oriented activities and strategies, training activities, drafting analytical working documents and policy recommendations, communication and managing a website, with at least 3 projects delivered in this field in the last 3 years with a minimum value of 200 000 EUR for each project,
— the tenderer must prove experience of working in EU countries with at least 3 projects involving more than 5 Member States delivered in the last 3 years of a minimum value of 200 000 EUR for each project.
b. Criteria relating to the team delivering the service:
The proposed team organisation needs to provide the necessary expertise to fulfil all tasks ensuring the quality requirements as set out in the tender specifications. The team should ideally be composed of experts from different Member States. As a team, the experts must also prove excellent skills in English, very good knowledge in French and German, and be capable of ensuring translation into all EU official languages.
Profiles: the team delivering the service should include, as a minimum, the following profiles:
Project manager: at least 6 years of experience in project management, including overseeing project delivery, quality control of delivered service, client orientation and conflict resolution experience in projects of at least 400 000 EUR per year and coverage (geographical scope at least half of the one subject to this call for tender), with experience in management of a team of at least 10 people. The project manager will be the main person of contact for the Commission. A back-up project manager (with similar experience) should be provided as well in the tender.
Experts/analysts: relevant higher education degree and professional experience. The required experience must be proven, among other things, by relevant academic research projects, published works, projects in preventive work and development of tools or methodologies to be used in preventive work:
— at least 20 % of experts/analysts should be senior, having at least 10 years of experience in their specific areas (20 CVs should be provided as a minimum, including an explanation how the experience in the respective specific area is relevant to specific tasks as set out in the specifications),
— at least 50 % of experts/analysts having experience of at least 6 years in their specific areas (20 CVs should be provided as a minimum, including an explanation how the experience in the respective specific area is relevant to specific tasks as set out in the specifications),
— at most 30 % can be junior, having at least 3 years of experience in their specific areas (10 CVs should be provided as a minimum, including an explanation how the experience in the respective specific area is relevant to specific tasks as set out in the specifications),
— at most 10 % can be entry-level analysts with no professional experience (including an explanations for which tasks such analysts would be deployed).
Webmaster/Web editor (in particular as regards task 9 of the tender specifications): with at least 6 years of experience in similar functions.
Training specialist (in particular as regards task 4): with at least 5 years of experience in developing training programmes and material and holding/organising training/workshops in a multicultural/multi-sectoral setting.
Communication specialist: with at least 5 years of experience in the relevant area, including development of communication concepts and outreach products, including an explanation how the specialist will ensure and support the delivery of individual tasks in particular but not exclusively Tasks 8 and 9.
Quality manager: with at least 10 years of experience ideally in different areas of radicalisation/preventive work demonstrating the capacity of ensuring that the output and deliverables of the RAN centre satisfy the highest standards and reflect a plurality of opinions and different strands of thinking and policy approaches.
Language quality check: the tenderer must prove capacity to draft reports in English of the highest standards (also in terms of clarity and focus), as guaranteed by a certificate or past relevant experience. In addition, the tenderer must prove experience of working in other EU official languages, including French and German, with at least 5 projects delivered in the last 3 years showing the necessary language coverage.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
HOME/2014/ISFP/PR/RADZ/0023.
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2014/S 109-190977 of 7.6.2014

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 6.1.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
6.1.2015
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 13.1.2015 - 10:00

Place:

rue du Luxembourg 46, 1049 Brussels, BELGIUM.

Persons authorised to be present at the opening of tenders: yes

Additional information about authorised persons and opening procedure: Each tenderer may be represented by not more than 1 person (at least 1 working day in advance, an e-mail should be sent to home-c4-procurement@ec.europa.eu).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Terms of references can be downloaded at the following address:

http://ec.europa.eu/dgs/home-affairs/financing/tenders/index_en.htm#/c_

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: General Court
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Fax: +352 4303-2100
Internet address: http://curia.europa.eu

VI.5)Date of dispatch of this notice:
17.10.2014