Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: The Executive Agency for Small and Medium-sized Enterprises (EASME)
Postal address: Covent Garden 2, place Charles Rogier 16, Office 12/012
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-HoofdstadPostal code: 1210
Country: Belgium
E-mail:
easme-procurement@ec.europa.euInternet address(es): Main address:
http://ec.europa.eu/EASME 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:
Interinstitutional service framework contract for better Regulation-related activities.
Reference number: EASME/EMFF/2016/029.
II.1.2)Main CPV code79410000 Business and management consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
EASME, as the leading contracting authority, wishes to enter into maximum 3 framework contracts in cascade, per lot, the lots being:
lot 1: common fisheries policy, excluding its international dimension, and
lot 2: integrated maritime policy.
The general objective is to provide assistance to DG Maritime Affairs and Fisheries in carrying out better Regulation-related activities under the common fisheries policy and the integrated maritime policy. The call for tenders aims at selecting contractors capable of providing expert capacity that will be used on demand by means of specific service requests.
II.1.5)Estimated total valueValue excluding VAT: 11 800 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Common fisheries policy, excluding its international dimension
Lot No: 1
II.2.2)Additional CPV code(s)71351900 Geology, oceanography and hydrology services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:
The tasks are to be performed at the premises designated by the contractor, save where meetings are to be held at EASME's or the European Commission's premises.
II.2.4)Description of the procurement:
The services covered consist of assisting the Commission departments in carrying out:
— retrospective evaluations, including fitness checks,
— prospective evaluations including impact assessments,
— stakeholder consultations, and
— assessment of costs and benefits associated with existing and future policies and/or regulatory measures in particular regard to administrative burdens,
in the fields of the common fisheries policy (CFP), excluding its international dimension.
The tasks described above are indicative and other tasks in relation to evaluation and impact assessment of the CFP may be requested according to the needs of the contracting authority.
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: 6 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
See Internet address provided in Section I.3.
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: yes
Identification of the project: The European Maritime and Fisheries Fund for 2016.
II.2.14)Additional information
See Internet address provided in Section I.3.
II.2)Description
II.2.1)Title:
Integrated maritime policy
Lot No: 2
II.2.2)Additional CPV code(s)71351900 Geology, oceanography and hydrology services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:
The tasks are to be performed at the premises designated by the contractor, save where meetings are to be held at EASME's or the European Commission's premises.
II.2.4)Description of the procurement:
The services covered consist of assisting the Commission departments in carrying out:
— retrospective evaluations, including fitness checks,
— prospective evaluations including impact assessments,
— stakeholder consultations, and
— assessment of costs and benefits associated with existing and future policies and/or regulatory measures in particular regard to administrative burdens,
in the fields of the integrated maritime policy (IMP).
The tasks described above are indicative and other tasks in relation to evaluation and impact assessment of the IMP may be requested according to the needs of the contracting authority.
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: 5 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
See Internet address provided in Section I.3.
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: yes
Identification of the project: The European Maritime and Fisheries Fund for 2016.
II.2.14)Additional information
See Internet address provided in Section I.3.
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:
See Internet address provided in Section I.3.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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.
III.2.3)Information about staff responsible for the performance of the contractObligation 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 procedureOpen 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 participateDate: 28/02/2017
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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 07/03/2017
Local time: 10:30
Place:
The Executive Agency for Small and Medium-sized Enterprises (EASME), Covent Garden 2, room COV10/191, place Rogier 16, 1210 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
See Internet address provided in Section I.3.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
See Internet address provided in Section I.3.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See Internet address provided in Section I.3.
VI.5)Date of dispatch of this notice:21/12/2016