Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Climate, Infrastructure and Environment Executive Agency (CINEA), CINEA.D.D3.1 – Marine Living Resources and Ocean Governance
Postal address: Avenue du Bourget 1
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-HoofdstadPostal code: 1040
Country: Belgium
E-mail:
cinea-procurement@ec.europa.euInternet address(es): Main address:
https://cinea.ec.europa.eu/index_en 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:
Study on Flag State Responsibilities and ‘Open Registers’ for Vessels Registration – (CINEA/EMFAF/2023/3.6.3)
Reference number: CINEA/2023/OP/0008
II.1.2)Main CPV code73000000 Research and development services and related consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The main objective of the study is to provide the contracting authority and the European Commission (in particular the DG Maritime Affairs and Fisheries) with an up-to-date analysis of the economic dynamics and the effects of the use of so-called ‘open registers’ for sea-going vessels (often referred to as ‘flags of convenience’). The Joint Communication of the Commission and the High Representative for Foreign Affairs and Security Policy on international ocean governance published in June 2022 specifically identified the fulfilment of flag States responsibilities by those acting as open registers as one of the priorities for the EU International Ocean Governance agenda. It announced the Commission intention to launch a ‘study exposing the models of operators using open registers and the various actors involved in the functioning of these registers, as well as proposing solutions to address problems identified’.
II.1.5)Estimated total valueValue excluding VAT: 400 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)73000000 Research and development services and related consultancy services
03000000 Agricultural, farming, fishing, forestry and related products
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:
Please consult the tender specifications (Section 1.5 – ‘Place of performance’).
II.2.4)Description of the procurement:
Study on flag State responsibilities and ‘open registers’ for vessels registration.
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: 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: no
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:
Amended 2022-2023 EMFAF work programme set up by the Commission Implementing Decision of 8.2.2023 amending the Commission Implementing Decision C(2022)371 of 26.1.2022 on the financing of the European Maritime, Fisheries and Aquaculture Fund and the adoption of the work programme for 2022 and 2023.
II.2.14)Additional information
Please consult the procurement documents available at the address indicated 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:
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 system
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: 24/08/2023
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: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: 25/08/2023
Local time: 12:00
Place:
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 consult the Invitation to tender.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
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.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please consult the procurement documents available at the address indicated in Section I.3).
VI.5)Date of dispatch of this notice:28/06/2023