Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional 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 authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
UCA 16/076 — Business continuity planning (BCP) consultancy services.
Reference number: UCA 16/076.
II.1.2)Main CPV code79410000 Business and management consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The basic project which is the subject of the contract is described as follows:
The General Secretariat of the Council of the EU has been carrying out and implementing business continuity planning (BCP) activities for a number of years and is looking to appoint BCP consultants to support it in a variety of BCP tasks based on international standard ISO 22301, such as, indicatively: optimisation of business continuity management strategy and plans, business impact analysis, table-top exercises, assistance during real crises, awareness raising, training, and assistance with any other activity relating to business continuity, as required.
II.1.5)Estimated total valueValue excluding VAT: 1.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79430000 Crisis management services
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
II.2.4)Description of the procurement:
The General Secretariat of the Council of the EU has been carrying out and implementing business continuity planning (BCP) activities for a number of years and is looking to appoint BCP consultants to support it in a variety of BCP tasks based on international standard ISO 22301, such as, indicatively: optimisation of business continuity management strategy and plans, business impact analysis, table-top exercises, assistance during real crises, awareness raising, training, and assistance with any other activity relating to business continuity, as required.
The contract is intended to provide for BCP consultancy and support assignments totalling up to — indicatively — 50 working days per year, on the assumption that half of these days would be executed at the Secretariat's premises in Brussels (‘on site’) and half from the consultant's premises (‘off site’, i.e. no travel required).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
After an initial period of 2 years, the contract may be renewed for 2 periods of 1 year each.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
The General Secretariat of the Council does not publish the estimated monetary value of its contracts. The estimated volume of services/supplies is set out in the tender specifications.
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 registersList and brief description of conditions:
The tenderer must appoint at least 3 business continuity consultants, each one with a minimum certification of BCI (http://www.thebci.org) at the level of MBCI, or ISO 22301 lead implementer or lead auditor, or equivalent. The tenderer may be asked to provide for each of these consultants a short CV and proof of minimum certification.
III.1.2)Economic and financial standingList and brief description of selection criteria:
The tenderer must have specific turnover in the domain of BCP consultancy services.
Minimum level(s) of standards possibly required:
For each of the last 3 financial years, the tenderer must have specific turnover of a minimum of 100 000 EUR per year (in the domain of BCP consultancy services). The tenderer may be asked to provide relevant proof.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
The tenderer must have specific experience in the domain of BCP consultancy services.
Minimum level(s) of standards possibly required:
The tenderer must have completed (alone, in groupings/consortia, or as subcontractor) over the past 5 years at least 3 important assignments, each one for a different client, in the business continuity planning (BCP) domain (‘important assignment’ defined in this context as comprising 30 man-days of work or more). The tenderer may be asked to provide a certificate from each of the 3 clients with details of the services, man-days, dates and results of these assignments.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
The tenderer's proposed staff must have the capacity to work fluently in English at level C2 of the common European framework of reference for languages.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 13/02/2017
Local time: 16:30
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, French
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 16/02/2017
Local time: 15:30
Place:
General Secretariat of the Council of the EU, Justus Lipsius building, Brussels, BELGIUM.
Information about authorised persons and opening procedure:
The opening of offers may have to be rescheduled at short notice in case of unforeseen events taking place in or around the General Secretariat's premises on the planned date for the opening of offers.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
For a period of 3 years after the conclusion of the initial contract, the Secretariat may use a negotiated procedure with the economic operator awarded this contract, without prior publication of a contract notice for new services consisting in the repetition of similar services provided that these services conform to the basic project described in II.1.4.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
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 an appeal has to be lodged with the General Court. 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.
Time limits are extended on account of distance by a fixed period of 10 days regardless of the place of establishment or habitual residence of the person concerned.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:08/12/2016