Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 443226-2020

22/09/2020    S184

Belgium-Brussels: Administration services

2020/S 184-443226

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Procurement award procedure applying to European Union external actions financed from the general budget of the European Union and the European Development Fund (EDF)

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union, represented by the European Commission on behalf of and for the account of Ukraine
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: B-1049
Country: Belgium
E-mail: EuropeAid-TENDERS-140676@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/info/departments/international-cooperation-and-development_en
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=7180
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: European Union, represented by the European Commission
Town: Brussels
Postal code: B-1049
Country: Belgium
E-mail: EuropeAid-TENDERS-140676-APPLICATIONS@ec.europa.eu
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Internet address(es):
Main address: https://ec.europa.eu/info/departments/international-cooperation-and-development_en
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Establishment of an Appropriate Programme Management Infrastructure inside the State Agency of Ukraine on Exclusion Zone Management - U4.01/18A

Reference number: DEVCO/2020/EA-RP/0009
II.1.2)Main CPV code
75100000 Administration services
II.1.3)Type of contract
Services
II.1.4)Short description:

Establishment of a robust and sustainable Programme Management Infrastructure, based on international best practice. The Programme Management Infrastructure shall support the State Agency of Ukraine for the Management of the Exclusion Zone in implementing its duties as a body of state administration in the field of radioactive waste management.

II.1.5)Estimated total value
Value excluding VAT: 1 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
75100000 Administration services
75000000 Administration, defence and social security services
80000000 Education and training services
80500000 Training services
II.2.3)Place of performance
NUTS code: UA UKRAINE
Main site or place of performance:

Europe apart from EU (Benefitting zones), Region Eastern Europe and Central Asia (Europe apart from EU), Ukraine (Region Eastern Europe and Central Asia).

II.2.4)Description of the procurement:

Establishment of an Appropriate Programme Management Infrastructure inside the State Agency of Ukraine on Exclusion Zone Management - U4.01/18A.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 8
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

B. Thematic Programmes, Nuclear Safety.

II.2.14)Additional information

Subsequent to the initial contract resulting from the current tender procedure, new services or works consisting in the repetition of similar services or works, up to the estimated amount of 1 500 000, may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new services or works are in conformity with the same basic project.

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 registers
List and brief description of conditions:

See Internet address provided in Section I.3.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See Internet address provided in Section I.3.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted 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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 023-050137
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 06/11/2020
Local time: 23:59
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 30/11/2020
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:

See Internet address provided in Section I.3. For any additional information, please refer to the document "Information to candidates and tenderers".

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See Internet address provided in Section I.3.

VI.5)Date of dispatch of this notice:
17/09/2020