Diensten - 465484-2016

31/12/2016    S253

Belgium-Brussels: Interinstitutional service framework contract for better Regulation-related activities

2016/S 253-465484

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official 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-Hoofdstad
Postal code: 1210
Country: Belgium
E-mail: easme-procurement@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/EASME
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=2085
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:

Interinstitutional service framework contract for better Regulation-related activities.

Reference number: EASME/EMFF/2016/029.
II.1.2)Main CPV code
79410000 Business and management consultancy services
II.1.3)Type of contract
Services
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 value
Value excluding VAT: 11 800 000.00 EUR
II.1.6)Information about lots
This 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 performance
NUTS 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 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: 6 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration 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 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: 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 performance
NUTS 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 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: 5 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration 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 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: 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 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.

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: 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 tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 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 recurrence
This is a recurrent procurement: no
VI.3)Additional information:

See Internet address provided in Section I.3.

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: +35 243031
Fax: +35 243032100
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:
21/12/2016