Services - 367815-2015

Display compact view

20/10/2015    S203

Luxembourg-Luxembourg: Scoping report on the European Commission's implementation of the macroeconomic imbalance procedure for France, Spain, Bulgaria and Slovenia

2015/S 203-367815

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Official name: European Court of Auditors
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
Postal code: 1615
Country: Luxembourg
For the attention of: Tendering Procedure and Contracts Department
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47611
Fax: +352 4398-46667

Internet address(es):

General address of the contracting authority: http://www.eca.europa.eu

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1108

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:
The above mentioned contact point(s)

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
Economic and financial affairs
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:
Scoping report on the European Commission's implementation of the macroeconomic imbalance procedure for France, Spain, Bulgaria and Slovenia.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The subject of this open call for tenders is the provision of studies in the context of a performance audit of the macroeconomic imbalance procedure (MIP). The main objective of the audit is to assess the European Commission's role in the design, monitoring and implementation of the MIP. The expert studies shall cover the following subject matters:
lot 1: scoping report on the Commission's implementation of the macroeconomic imbalance procedure for France;
lot 2: scoping report on the Commission's implementation of the macroeconomic imbalance procedure for Spain;
lot 3: scoping report on the Commission's implementation of the macroeconomic imbalance procedure for Bulgaria;
lot 4: scoping report on the Commission's implementation of the macroeconomic imbalance procedure for Slovenia.
II.1.6)Common procurement vocabulary (CPV)

79419000 Evaluation consultancy services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one lot only
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: 60 000 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
in days: 60 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Scoping report on the Commission's implementation of the macroeconomic imbalance procedure for France
1)Short description
The subject of this open call for tenders is the provision of studies in the context of a performance audit of the macroeconomic imbalance procedure (MIP). The main objective of the audit is to assess the European Commission's role in the design, monitoring and implementation of the MIP for France.
2)Common procurement vocabulary (CPV)

79419000 Evaluation consultancy services

3)Quantity or scope
Estimated value excluding VAT: 15 000 EUR
4)Indication about different date for duration of contract or starting/completion
in days: 60 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Scoping report on the Commission's implementation of the macroeconomic imbalance procedure for Spain
1)Short description
The subject of this open call for tenders is the provision of studies in the context of a performance audit of the macroeconomic imbalance procedure (MIP). The main objective of the audit is to assess the European Commission's role in the design, monitoring and implementation of the MIP for Spain.
2)Common procurement vocabulary (CPV)

79419000 Evaluation consultancy services

3)Quantity or scope
Estimated value excluding VAT: 15 000 EUR
4)Indication about different date for duration of contract or starting/completion
Duration in months: 60 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Scoping report on the Commission's implementation of the macroeconomic imbalance procedure for Bulgaria
1)Short description
The subject of this open call for tenders is the provision of studies in the context of a performance audit of the macroeconomic imbalance procedure (MIP). The main objective of the audit is to assess the European Commission's role in the design, monitoring and implementation of the MIP for Bulgaria.
2)Common procurement vocabulary (CPV)

79419000 Evaluation consultancy services

3)Quantity or scope
Estimated value excluding VAT: 15 000 EUR
4)Indication about different date for duration of contract or starting/completion
in days: 60 (from the award of the contract)
5)Additional information about lots
Lot No: 4 Lot title: Scoping report on the Commission's implementation of the macroeconomic imbalance procedure for Slovenia
1)Short description
The subject of this open call for tenders is the provision of studies in the context of a performance audit of the macroeconomic imbalance procedure (MIP). The main objective of the audit is to assess the European Commission's role in the design, monitoring and implementation of the MIP for Slovenia.
2)Common procurement vocabulary (CPV)

79419000 Evaluation consultancy services

3)Quantity or scope
Estimated value excluding VAT: 15 000 EUR
4)Indication about different date for duration of contract or starting/completion
in days: 60 (from the award of the contract)
5)Additional information about lots

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:
Payments will be made within 30 days of the submission of invoices.
Payment for the services will be made in accordance with the Financial Regulation applicable to the annual budget of the European Union and the conditions outlined in the call for tender documents.
The tenderer should note that the party contracting with the Court will be responsible for the correct application of rules concerning the imposition of VAT. The European Court of Auditors is exempt from VAT in accordance with Articles 3 and 4 of the provisions of the Protocol on the privileges and immunities of the European Union.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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: 1) Tenderers shall have to declare on their honour that they are not in one of the exclusion situations set out under Articles 106 and 107 of Regulation (EU, Euratom) No 966/2012 of the European Parliament and of the Council of 25.10.2012 on the financial rules applicable to the general budget of the Union and repealing Council Regulation (EC, Euratom) No 1605/2002 — hereinafter referred to as ‘the Financial Regulation’ (OJ L 298, 26.10.2012, p.1). The tenderer to whom the contract is to be awarded shall provide specific documents in order to evidence that he is not in one of the exclusion situations referred to in Articles 106 and 107 of the Financial Regulation.
2) The tenderers shall clearly state to the ECA all the circumstances that could create a conflict of interest, during the tendering procedure and/or during the provision of services.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Tenderers must have sufficient technical and professional capacities to enable them to perform the contracts in compliance with the contractual provisions, taking into account their value and subject.
The technical and professional capacity shall be assessed on the basis of the tenderer's expertise relevant to the required services in particular with regard to the tenderer's know-how and experience.
In respect of the contracts which are the subject of this invitation to tender the Court requires tenderers to have the following technical and professional capacity for the lot for which they apply:
— the person responsible for the execution of the tasks (consultant or team leader, if the service will be provided by a team) shall meet the requirements in terms of educational and professional qualifications and experience as defined below (see ‘Minimum level(s) of standards possibly required’).
The technical and professional capacity of economic operators will be substantiated by the following documents:
— the CV of the person responsible for the execution of the tasks (consultant or team leader, if the service will be provided by a team),
— a list of publications and past contracts for the provision of consultancy services, with the indication of the subject matter, dates, value and recipients of the services.
Minimum level(s) of standards possibly required:
The consultant or the team leader — when the services are performed by a team — must have at least the following educational and professional qualifications:
education: at least a Master's degree in economics;
experience: at least 5 years' professional experience in producing relevant analysis to the subject matter (macroeconomics + policy analysis related to the country of study);
others: proven ability to produce high-quality reports in English or French.
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 below

1. Quality. Weighting 70

2. Price. Weighting 30

IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
AO 494.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
30.11.2015
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: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 2.12.2015 - 10:00

Place:

European Court of Auditors, 12, rue Alcide de Gasperi, Kirchberg, 1615 Luxembourg, LUXEMBOURG.

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

Additional information about authorised persons and opening procedure: Tenderers or their representatives who wish to be present at the opening of the bids must inform the European Court of Auditors in writing (fax +352 4398-46667, e-mail: eca-procurement.service@eca.europa.eu) by 1.12.2015 (12:00) at the latest, and must produce their authorisation from the tendering company.

Only 1 representative per tenderer will be admitted.

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: yes
Reference to project(s) and/or programme(s): Budget of the European Union.
VI.3)Additional information
Any requests for additional information must be made only in writing to Procurement Service via e-tendering:

https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1108

Requests for additional information received fewer than 5 working days before the final date for submission of tenders might not be processed.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://www.curia.europa.eu/

Body responsible for mediation procedures

Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, PO Box 403
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa.eu/

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Within 2 months of the plaintiff being notified or, failing this, of the day on which it became known to them. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: European Court of Auditors, Procurement Service
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
Postal code: 1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47611
Fax: +352 4398-46667
Internet address: http://www.eca.europa.eu

VI.5)Date of dispatch of this notice:
8.10.2015