Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Consumers, Health, Agriculture and Food Executive Agency, Consumers and Food Safety Unit
Postal address: Jean Monnet Building, rue Alcide de Gasperi
Town: Luxembourg
Postal code: 2920
Country: Luxembourg
E-mail: chafea-btsf-calls@ec.europa.eu
Fax: +352 4301-30359
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/chafea
Address of the buyer profile: http://ec.europa.eu/chafea/food/index.html
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 activityOther: Implementation of the ‘Better training for safer food’ initiative (BTSF).
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:
Organisation and implementation of training activities to strengthen EU law enforcement in sanitary and phytosanitary (SPS) fields under the ‘Better training for safer food’ initiative — Chafea/2015/BTSF/04.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 24: Education and vocational education services
Main site or location of works, place of delivery or of performance: European Union.
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 contractor will cover the organisation and implementation of training activities in EU Member States and non-EU countries to strengthen EU law enforcement in sanitary and phytosanitary (SPS) fields under the ‘Better training for safer food’ initiative.
II.1.6)Common procurement vocabulary (CPV)80531200 Technical training services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
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:
During the first phase, 18 training sessions with a total number of 540 participants (task 1) and 300 STM days (task 2) shall be organised for the training programme. The same training programme must be implemented during the second phase of the contract.
Estimated value excluding VAT: 3 500 000 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: 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:
As in the technical specifications (Chafea/2015/BTSF/04) published on Chafea's website.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As in the technical specifications (Chafea/2015/BTSF/04) published on Chafea's website.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As in the technical specifications (Chafea/2015/BTSF/04) published on Chafea's website.
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: As in the technical specifications (Chafea/2015/BTSF/04) published on Chafea's website.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As in the technical specifications (Chafea/2015/BTSF/04) published on Chafea's website.
Minimum level(s) of standards possibly required: As in the technical specifications (Chafea/2015/BTSF/04) published on Chafea's website.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As in the technical specifications (Chafea/2015/BTSF/04) published on Chafea's website.
Minimum level(s) of standards possibly required:
As in the technical specifications (Chafea/2015/BTSF/04) published on Chafea's website.
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:
Chafea/2015/BTSF/04.
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: 5.2.2016
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate12.2.2016 - 16:00
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: 22.2.2016 - 14:00
Place:
Consumers, Health, Agriculture and Food Executive Agency, 12, rue Guillaume Kroll (Drosbach Building), room A3/043, 1882 Luxembourg, LUXEMBOURG.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: A representative of each tenderer may attend the opening of the tenders. In this case, the interested tenderers are kindly requested to register not later than 18.2.2016 by e-mail or by fax. At the opening, the representative of the tenderer may be asked to present its credentials/power of attorney to be checked by the Consumers, Health, Agriculture and Food Executive Agency.
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: yes
Reference to project(s) and/or programme(s): ‘Better training for safer food’ initiative.
VI.3)Additional information
Tenderers can download the tender documents and any additional documents and information from the Chafea website (http://ec.europa.eu/chafea/food/index.html). The Chafea website will be updated regularly. It is the responsibility of the tenderers to check for updates and modifications during the tendering period.
It is essential to notice that the service contract will be implemented in 2 phases, each of which will be for a 24-month duration.
The initiation of the second phase is subject to EU budget availability, to persistence of training needs and to the positive analysis and the approval of the final report on the implementation of the first phase.
The value mentioned under II.2.1 corresponds to the maximal amount available for the 2 phases of the contract.
For detailed presentation of the conditions applicable to the contract, please refer to the detailed text of the tender specifications.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the petitioner being notified or, failing this, of the day on which (s)he became aware thereof.
Lodging a claim with the European Ombudsman does not mean that this deadline would be suspended or a new one set.
VI.4.3)Service from which information about the lodging of appeals may be obtainedOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:20.11.2015