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 activityOther activity: Trade Policy
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Multiple framework contract with re-opening of competition for the provision of evaluation services to the European Commission in the field of Trade
Reference number: TRADE/2017/A5/01
II.1.2)Main CPV code79419000 Evaluation consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The objective of the framework contract is to set up a framework for carrying out Sustainability Impact Assessments (SIAs), and background studies which could feed into an impact assessment or an ex post or interim evaluation of trade or investment agreements.
Apart from negotiations for, or existing, bilateral, plurilateral or multilateral trade or investment agreements, the framework contract is also intended to provide supporting studies for impact assessments or ex post or interim evaluations of the EU's unilateral preferential trade arrangements. References to analyses or assessments of “trade or investment” agreements should be understood to cover analyses or assessments of these unilateral preferential trade arrangements as well.
II.1.5)Estimated total valueValue excluding VAT: 5 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79311400 Economic research services
79311410 Economic impact assessment
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:
II.2.4)Description of the procurement:
This contract is based on the system of multiple framework contracts with reopening of competition.
Maximum number of participants to the framework agreement: 6.
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: 24
This contract is subject to renewal: yes
Description of renewals:
Can be renewed once for another 24 months.
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
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:
Please 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.2.3)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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
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: 09/02/2018
Local time: 15:00
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
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: 14/02/2018
Local time: 09:30
Place:
Place: Charlemagne Building, rue de la Loi 170, 1049 Brussels, Belgium.
Information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresOfficial name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, CS 30403
Town: Strasbourg Cedex
Postal code: 67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address:
http://www.ombudsman.europa.eu VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:01/12/2017