Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission
Postal address: B232 5/73
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: Directorate-General for Health and Food Safety
For the attention of: Stanislava Mihaylova
E-mail: sante-procurement@ec.europa.eu
Telephone: +32 22960809
Fax: +32 22996303
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/dgs/health_food-safety/
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1173
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 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:
Training and social awareness for increasing organ donation in the European Union and neighbouring countries.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Tenderer'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 of the contract is to develop 2 types of activities at EU level, focusing on training and social awareness to encourage public reflection on organ and tissue donation, and ultimately help to improve donation rates.
II.1.6)Common procurement vocabulary (CPV)85100000 Health services, 85140000 Miscellaneous health services, 85146200 Services provided by transplant organ banks, 80500000 Training services, 80510000 Specialist training services, 80520000 Training facilities, 80561000 Health training services, 79340000 Advertising and marketing services, 79342000 Marketing services, 79419000 Evaluation consultancy services, 85300000 Social work and related 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:
Price band from 500 000 EUR up to a maximum of 600 000 EUR.
Estimated value excluding VAT:
Range: between 500 000 and 600 000 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: 36 (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:
See tender specifications.
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.
Minimum level(s) of standards possibly required: See tender specifications.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender specifications.
Minimum level(s) of standards possibly required:
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:
SANTE/2015/D4/037.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 5.1.2016 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate15.1.2016
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: 26.1.2016 - 10:00
Place:
DG Health and Food Safety, rue Breydel 4, 5/73, Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Any person in possession of an authorisation signed by the responsible person from the tendering body.
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
Tender documents will be available for download at the address indicated under heading I.1. The website will be updated regularly and it is the tenderer's responsibility to check for updates and modifications during the tendering period.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures 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 of the plaintiff. 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:13.11.2015