Nova različica portala TED bo začela delovati 29. januarja 2024 (okvirni datum – še ni potrjen). Vas zanimajo nove funkcije, izboljšave in koristi za uporabnike? Preberite članek in se seznanite z najpomembnejšimi spremembami in novimi funkcijami.

V načinu prikazovanja obvestil v e-obrazcih prihaja do določenih napak. Prizadevamo si rešiti težavo. Več informacij in nasvetov je na voljo na naši posebni strani.

Prijavite se na četrto delavnico za ponovne uporabnike podatkov TED 14. decembra 2023

Storitve - 44559-2016

10/02/2016    S28

Belgium-Brussels: Preparatory action: ‘Social solidarity for social integration’

2016/S 028-044559

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Employment, Social Affairs and Inclusion, Unit C1 — Social Investment Strategy
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1049
Country: Belgium
Contact person: Manuela Geleng
E-mail: empl-VT-2015-067@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/social/home.jsp?langId=en
Address of the buyer profile: http://ec.europa.eu/social/main.jsp?catId=624&langId=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=1289
Additional information can be obtained from the abovementioned address
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
General public services

Section II: Object

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

Preparatory action: ‘Social solidarity for social integration’.

Reference number: VT-2015-067.
II.1.2)Main CPV code
79315000 Social research services - DA28
II.1.3)Type of contract
Services
II.1.4)Short description:

The main aim of the preparatory action is to strengthen the capacity of the national minimum income networks to develop the strategy for the implementation of the recommendations that have emerged from the European minimum income network pilot project that was funded between 2012 and 2014.

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: 00 Not specified
Main site or place of performance:

The contractor's premises or any other site advised in the tender, but not on the Commission's premises.

II.2.4)Description of the procurement:

Technical assistance.

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: 24
This contract is subject to renewal: no
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: Regulation (EU) No 1296/2013 of the European Parliament and of the Council of 11.12.2013 on a European Union Programme for Employment and Social Innovation (‘EaSI’) and amending Decision No 283/2010/EU establishing a European Progress Microfinance Facility for employment and social inclusion.
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:

See points 9 and 14.1 of the tender specifications.

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
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: 22/03/2016
Local time: 16:00
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:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 05/04/2016
Local time: 11:00
Information about authorised persons and opening procedure:

1 authorised representative of each tenderer, duly mandated by letter, may attend the opening of tenders.

Tenderers who wish to attend the opening session are kindly requested to inform Ms S. Conze by e-mail (EMPL-VT-2015-067@ec.europa.eu) or letter and specify the name of the person who will attend the opening, at least 48 hours in advance.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: 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 tenderers' responsibility to check for updates and modifications during the tendering period.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +352 43031
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

You may submit any observations concerning the award procedure to the contracting authority indicated under heading I.1. If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu). Such complaint does not have as an effect either to suspend the time limit to launch an appeal or to open a new period for lodging an appeal. Within 2 months of the notification of the award decision you may lodge an appeal to the body referred in VI.4.1.

VI.5)Date of dispatch of this notice:
29/01/2016