Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Enterprise and Industry, Directorate B — Sustainable Growth and EU 2020
Postal address: avenue d'Auderghem 45
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=652
For the attention of: Mr Carlo Pettinelli — Director
E-mail: entr-sustainable-growth-and-eu-2020@ec.europa.eu
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/enterprise/index_en.htm
Address of the buyer profile: http://ec.europa.eu/enterprise/contracts-grants/calls-for-tenders/index_en.htm
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=652
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 Enterprise and Industry, Invitation to tender No 419/PP/ENT/IMA/14/11931A
Postal address: BREYDEL 07/06
Town: Brussels
Postal code: 1049
Country: Belgium
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Ecodesign technical assistance study for the product group 'DG ENTR lot 9'.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
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 or any other place indicated in the tender, with the exception of the Commission's premises.
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 matter of the contract is to provide the Commission with technical assistance. The main objective of the assistance will be supporting the Commission in carrying out its tasks, in particular those ones stemming from the regulatory process related to the Ecodesign and Energy Labelling Directives and their implementing measures.
II.1.6)Common procurement vocabulary (CPV)73000000 Research and development services and related consultancy services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The maximum budget for this contract is 150 000 EUR, excluding VAT.
Estimated value excluding VAT: 150 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 14 (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:
See tender specifications.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender specifications.
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 conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: See tender specifications.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tender specifications.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
419/PP/ENT/IMA/14/11931A.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate9.1.2015
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 upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 19.1.2015
Place:
European Commission, Directorate-General for Enterprise and Industry, ENTR-B.1 Unit: Sustainable Industrial Policy and Construction, office address: avenue d'Auderghem 45, room 7/140, 1049 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: See tender specifications.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: General Court of the European Union
Postal address: boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: ecj.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 433766
Internet address: http://curia.europa.eu
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:19.11.2014