Services - 529229-2018

01/12/2018    S232

Belgium-Brussels: Service Contract for Supporting Better Implementation of the Zoos Directive

2018/S 232-529229

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Environment
Postal address: ENV.A.5- Finance BU-9 01/005
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1049
Country: Belgium
Contact person: Markets Team
E-mail: env-tenders@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/environment/funding/calls_en.htm
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=4219
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:

Service Contract for Supporting Better Implementation of the Zoos Directive

Reference number: ENV.D.3/SER/2018/0036
II.1.2)Main CPV code
90700000 Environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

The results of the Zoos Directive’s evaluation, finalised in October 2018, concluded that the Directive is fit for purpose but fully achieving its objectives will depend on improvement in its implementation. As a follow-up to the evaluation, the Commission intends to set up mechanisms to support stakeholders in better implementation and enforcement of the Zoos Directive and to enhance cooperation and networking between all actors involved. The final aim is to help the Member States and the zoo sector to strengthen the role of zoos in the conservation of biodiversity. Consequently, this contract is to provide technical, scientific and administrative support to organise forums for exchange of knowledge and best practice on different topics, trainings and the use of peer-to-peer mechanisms for different stakeholders involved in the implementation of the Zoos Directive, with a focus on Member States' authorities and their inspectorates as well as zoo operators and associations.

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: 00 Not specified
Main site or place of performance:

Extra Muros

II.2.4)Description of the procurement:

Open call for tender: Single service contract of 36-months duration, non-renewable

The contractor is expected to organize 3 1-day stakeholder meetings fostering the exchange of knowledge and best practices. The contractor is also expected to develop, carry out and evaluate training courses in four different EU geographical regions, covering different aspects of the Zoos Directive’s implementation. Further to this, the contractor is required to support the use of peer-to-peer mechanisms.

Specific tasks:

Task 1: 3 stakeholder meetings:

The task involves the preparation, organization and follow-up of one stakeholder meeting per year, including all logistical aspects, background documents, presentations, co-chairing the meeting, minutes taking, preparation of meeting reports and information package for participants. Meetings will be one-day events with 30-50 participants and be held in English. The tenderer is required to consult stakeholders before each meeting on most relevant topics in need of information exchange and knowledge requirements to be taken into account. Where there is a previous meeting, the consultant will also evaluate the achievement of priority follow-up actions agreed in the last meeting. The contractor will cover the costs for all logistical aspects including meeting venue, catering, technical equipment, registration, badges, etc. The tenderer is also expected to pay travel and accommodation (pre-booked and paid rooms can be foreseen or a lump sum per night) for up to 10 participants per meeting. After the meeting the consultant shall assist stakeholders with the implementation of priority action plans agreed by stakeholders in the meeting.

Task 2: Training

The contractor is required to prepare and organize training in four different EU geographical regions. The tenderer will have to set-up the training content, taking into account the results of the Zoos Directve’s evaluation and develop a suitable course structure and material.

Trainings will be given in English, except except the regional approach requires a different language. The tenderer will organise these trainings for 20-30 participants each, provide a suitable training venue and at least 2 independent tutors with relevant, strong experience in the respective field. The tendere shall cover travel and accommodation (pre-booked and paid rooms can be foreseen or a lump sum per night) costs (for up to 10 participants per training.

In parallel with onsite trainings, the contractor should also explore and make suggestions to establish online trainings with the same content for future use. After the last training, the tenderer is expected to perform an impact assessment of the trainings’ effectiveness and deliver a report on this.

Task 3: Supporting the use of peer-to-peer mechanisms

The contractor is expected to explore existing peer-to-peer mechanisms, promote them and support Member State’s competent authorities in making use of these programmes.

The tenderer is required to actively promote peer-to-peer learning programmes and match peer-to-peer pairs. The contractor shall facilitate the contacts, communication and coordination between possible peer-to-peer pairs and support them in filing an application to existing peer-to-peer mechanisms like the Taiex-Eir Peer 2 Peer programme. The consultant is not expected to cover travel and accommodation costs for any of the identified peer-to-peer programmes.

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: no
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: no
II.2.14)Additional information

Please note this was previously published in the PIN OJ 2018/S 056-123139 on 21.3.2018 with the title "Support for the follow-up to the Zoos Directive's REFIT, subject to the outcome of the evaluation" with an amount of 400 000 EUR.

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:

Please refer to Procurement Documents (see point 1.1 and 1.7 of tender specifications).

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.2.3)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: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2018/S 056-123139
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 22/01/2019
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:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 05/02/2019
Local time: 10:30
Place:

Avenue de Beaulieu 5, B — 1160 Brussels, Salle D

Information about authorised persons and opening procedure:

A maximum of 2 representatives per tender may attend the opening (no expenses paid).

For organisational and security reasons, the tenderer must provide the full name and ID or passport number of the representatives at least 3 working days in advance to: env-tenders@ec.europa.eu.

Failing that, the Contracting Authority reserves the right to refuse access to its premises.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

In line with Article 11.1(e) of the Annex to Regulation (EU, Euratom) No 2018/1046 of 18 July 2018 on the financial rules applicable to the general budget of the Union, for new services or works consisting in the repetition of similar services or works entrusted to the economic operator to which the same Contracting Authority awarded an original contract, provided that these services or works are in conformity with a basic project for which the original contract was awarded after publication of a contract notice, subject to the conditions set out in point 11.4.

Procurement documents will be available for download at the address indicated under Heading I.3. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxemburg
Postal code: 2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:

You may submit any observations concerning the award procedure to the Contracting Authority indicated under Heading I.1.

If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http:// www.ombudsman.europa.eu). Such complaint does not have as an effect either to suspend the time-limit to launch an appeal or to open a new period for lodging an appeal.

Within 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1.

VI.5)Date of dispatch of this notice:
19/11/2018