Services - 509256-2018

20/11/2018    S223

Belgium-Brussels: Hosting, Maintaining and Developing the Learning Environment for Intercultural Business Communication

2018/S 223-509256

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 Rogier 16, Office 10/012
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
Address of the buyer profile: https://ec.europa.eu/easme/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=4177
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4177
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:

Hosting, Maintaining and Developing the Learning Environment for Intercultural Business Communication

Reference number: EASME/H2020/2018/022
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 wishes to enter into a service contract to increase SMEs’ awareness of intercultural business communication and the cultural dimension of markets in emerging economies in order to increase their chances of doing business with those countries and innovate for them. The specific objective of this contract is the update and further development of the learning environment that helps European SMEs in capturing innovation impulses from emerging economies.

II.1.5)Estimated total value
Value excluding VAT: 400 000.00 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: 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 beheld at EASME or the European Commission’s premises.

II.2.4)Description of the procurement:

EASME wishes to enter into a service contract to increase SMEs’ awareness of intercultural business communication and the cultural dimension of markets in emerging economies in order to increase their chances of doing business with those countries and innovate for them. The work will be organised in tasks to be implemented in parallel:

— Task 1: Surveys of EEN members,

— Task 2: Update and development of the self-assessment tools,

— Task 3: Update and enrichment of the document library,

— Task 4: Organisation and delivery of live webinars,

— Task 5: Promotion, communication and feedback activities,

— Task 6: IT hosting and maintenance,

— Task 7: Handover.

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: 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

Please refer to Section 1.7 of the tender specifications.

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:

Horizon 2020 Work Programme 2018 – 2020 "Other action 6" adopted by the Commission on 27 October 2017

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 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: 20/12/2018
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:
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: 21/12/2018
Local time: 10:30

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
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.4.4)Service from which information about the review procedure may be obtained
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.5)Date of dispatch of this notice:
13/11/2018