Paslaugos - 531057-2022

30/09/2022    S189

Belgium-Brussels: Multiple Framework Contract for Studies in the Field of External Relations

2022/S 189-531057

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Committee of the Regions
Postal address: Rue Belliard 101
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: 1040
Country: Belgium
Contact person: Unit E.4 – Financial Management
E-mail: cor-marches-publics@cor.europa.eu
Internet address(es):
Main address: http://cor.europa.eu
Address of the buyer profile: https://cor.europa.eu/en/about/tenders/Pages/calls-for-tender.aspx
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=12206
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:

Multiple Framework Contract for Studies in the Field of External Relations

Reference number: CDR/2022/B3/1/CIVEX-RELEX
II.1.2)Main CPV code
73210000 Research consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The purpose of this call for tenders is to enable CoR departments to have at their disposal a framework contract for the provision of scientific, legal, documentary and editorial assistance services for CoR bodies, members, rapporteurs and departments. This request for services entrusted to external experts is one of the measures taken to provide members with better services in order to strengthen and enhance the CoR's political and consultative work within and beyond the framework of the legislative process.

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. Brussel-Hoofdstad
Main site or place of performance:

Brussels (BELGIUM).

II.2.4)Description of the procurement:

The areas of activity covered by this call for tenders reflect the CoR's political priorities from the perspective of local and regional authorities and are indicated below. It should be noted that this list is not exhaustive and the activities requested under this call shall not be strictly limited to fields of external relations (European Neighbourhood Policy, Eastern Partnership, Euro-Mediterranean cooperation, EU Decentralised cooperation for development and EU enlargement policy) and may also cover any other domains linked to these policy areas such as:

— sustainable economic development and employment,

— energy and climate action,

— women's empowerment,

— urban development,

— mobility and transport,

— water, environment and blue economy,

— social and civil affairs,

— crisis management,

— migration and integration,

— Waste management,

— cultural heritage,

— sustainable tourism,

— education and vocational training,

— cohesion policy,

— cross-border cooperation,

— youth and anti-radicalisation,

— governance and transparency,

— agriculture and agri-food,

— digitalisation and innovation.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: 1. Organisation of work, including the distribution of roles and responsibilities, and overall allocation of time and of human and other resources / Weighting: 20
Quality criterion - Name: 2. General framework: The tenderer shall demonstrate the comprehensiveness of its analysis of all the spheres of activity covered by this call for tenders / Weighting: 40
Quality criterion - Name: 3. Methodology, data collection and presentation, partnerships and associated networks / Weighting: 25
Quality criterion - Name: 4. Quality control measures, including quality control of deliverables, language quality check and continuity of service / Weighting: 15
Quality criterion - Name: Quality criterion (1 + 2 + 3 + 4) / Weighting: 70
Price - Weighting: 30
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: 12
This contract is subject to renewal: yes
Description of renewals:

The FWC is renewed automatically up to three times for twelve months.

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

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
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

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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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: 26/10/2022
Local time: 14:30
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: 27/10/2022
Local time: 14:30
Place:

European Committee of the Regions, Rue Montoyer 92, 1040 Bruxelles/Brussels, BELGIQUE/BELGIUM.

BVS 0728-0727

Information about authorised persons and opening procedure:

A maximum of one representative per tenderer may attend the opening of tenders. The tenderer must provide the full name and identity card or passport of the representatives by email to cor-marches-publics@cor.europa.eu, at least three working days before the date of the opening.

Section VI: Complementary information

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

In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the last five calendar days before the time limit for receipt indicated in Section IV.2.2), the contracting authority reserves the right to extend this time limit and publish the extension at the internet address provided in Section I.3), without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section I.3) in order to get notified when new information or documents are published.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Internet address: https://curia.europa.eu/jcms/jcms/index.html
VI.5)Date of dispatch of this notice:
19/09/2022