Un bug sta incidendo sulla visualizzazione degli URL negli avvisi dei formulari elettronici. Stiamo lavorando per risolvere il problema. Nel frattempo, suggeriamo di eliminare la virgola (o qualsiasi altro carattere speciale) che compare alla fine dell'URL. Ci scusiamo per l'inconveniente.

Servizi - 445511-2020

23/09/2020    S185

Belgium-Brussels: Expertise on Regulatory and Policy Issues in Women's Rights and Gender Equality

2020/S 185-445511

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament, DG IPOL, Directorate C
Postal address: Rue Wiertz 60
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1047
Country: Belgium
Contact person: Michael Alexander Speiser
E-mail: poldepc-finance@ep.europa.eu
Telephone: +32 22832475
Internet address(es):
Main address: http://www.europarl.europa.eu
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=6793
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=6793
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Other activity: women's rights and gender equality

Section II: Object

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

Expertise on Regulatory and Policy Issues in Women's Rights and Gender Equality

Reference number: IP/C/FEMM/FWC/2020-069
II.1.2)Main CPV code
79110000 Legal advisory and representation services - RD11
II.1.3)Type of contract
Services
II.1.4)Short description:

The framework contract covers the provision of independent expert advice on a variety of current and emerging issues in the field of women's rights and gender equality.

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.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:

European Parliament, Brussels.

II.2.4)Description of the procurement:

The planned framework service contract is intended to support the work of the Committee on Women’s Rights and Gender Equality (FEMM) in its areas of competence. Expertise shall be provided in the form of research papers of varying length, delivered upon ad-hoc requests within a limited and defined time frame. In addition to research papers, the framework service contract would also cover associated services such as attendance at Committee meetings and presentations by lead experts, or the support of workshops as appropriate. The contractor bears sole scientific responsibility for the results of the delivered services.

It is generally accepted, that the overall objective of gender equality is a society in which women and men enjoy the same opportunities, rights and obligations in all spheres of life. To this end, the EU is playing its part in promoting prosperity for all through its legislative and non-legislative initiatives.

Violence against women and girls is an important theme in the work of the FEMM Committee.

In order to evaluate the impact of the convention on preventing and combating violence against women and domestic violence (Istanbul Convention) and other gender-related agreements and protocols on national legislation of the member states, the tenderer is expected to have legal knowledge and expertise, both at a micro and a macro-economic level as well as in social and political science, so as to be able to provide high quality research products with a gender equality and/or women's rights perspective. This includes knowledge of all relevant legal provisions as well as access to all relevant data and statistics at national and EU level. The tenderer’s expertise and knowledge should also extend into the field of sociology and the application of methods of gender mainstreaming, gender budgeting and gender impact assessments.

The subjects of the deliverables for FEMM are related to the relevant provisions of the CEDAW, the BPfA, the EU's gender equality policies and laws, the domains of EIGE's GEI, and the EU’s external gender equality policy documents. Consequently, deliverables will include assessments from a legal, economic, social, sociological and political science perspective of the implementation of gender equality policies and laws of the EU and/or Member States, as well as assessments of the effects of the EU’s women’s rights and gender equality policies in third countries.

In the next EU budget (2021-2027), gender equality related projects will be supported and funded through a number of EU programmes.

Against this background, the framework service contract aims to gain access to high-quality knowledge and expertise for the FEMM Committee on all matters related to FEMM’s competences and activities in the field of women’s rights and gender equality, including but not limited to:

• EU and national law concerning women’s rights and gender equality;

• measures to promote the advancement of women, and objectives for strategic engagement for gender equality;

• women and men in political and economic decision-making, and EU actions to promote equality in decision-making;

• women's participation in the labour market, the gender pay gap, EU rights with regard to the work-life balance, EU action to promote and improve the work-life balance;

• actions to eliminate gender-based violence in the EU, funding and support for awareness campaigns;

• EU actions and measures to fight pay discrimination and improve pay and pension equality;

• sustainable development goals, EU partners, the EU’s external relations, international cooperation, development cooperation and development aid from a women’s rights and gender equality perspective.

The tenderer or his/her team should be able to address the specific questions and issues raised in relation to a requested deliverable using a multidisciplinary approach which ensures that no dimension or aspect inherent to the subject of the deliverable is neglected.

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: 60
This contract is subject to renewal: yes
Description of renewals:

The contract shall run for an initial period of 12 months from date of signature of the last contracting party, and then be renewed tacitly on an annual basis for a maximum of 4 times. Thus, the duration of the contract may not exceed 5 years (60 months) from the date of its entry into force.

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: no
II.2.14)Additional information

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:

In relation to this procedure the European Parliament does not request a proof of status and legal capacity at this stage of the procedure but reserves the right to do so at a later stage, if it deems it necessary.

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.2.3)Information about staff responsible for the performance of the contract
Obligation 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 procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 7
In the case of framework agreements, provide justification for any duration exceeding 4 years:

Framework agreement connected with the work of a parliamentary committee, to be aligned to the parliamentary term of 5 years.

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 participate
Date: 10/11/2020
Local time: 12:00
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 tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 12/11/2020
Local time: 10:00
Place:

European Parliament, Brussels.

Information about authorised persons and opening procedure:

The opening of the tenders will happen with staff present in the office and third parties only participating in the opening via teleconferencing applications.

Tenderers wishing to attend the opening of the tenders remotely are asked to notify the department responsible no later than on the tender submission date, by e-mail at

poldepc-finance@ep.europa.eu

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Court of Justice of the European Union
Postal address: Boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 43031
Fax: +352 43032600
Internet address: https://curia.europa.eu/
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Court of Justice of the European Union
Postal address: Boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 43031
Fax: +352 43032600
Internet address: https://curia.europa.eu/
VI.5)Date of dispatch of this notice:
11/09/2020