Services - 560059-2018

20/12/2018    S245

Belgium-Brussels: Promoting Cross Border Activities for Social Economy, Including Social Enterprises

2018/S 245-560059

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 966/2012

Section I: Contracting authority

I.1)Name and addresses
Official name: Executive Agency for Small and Medium-sized Enterprises
Postal address: Covent Garden (COV2), Place Charles Rogier 16
Town: Brussels
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: B–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=4269
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=4269
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:

Promoting Cross Border Activities for Social Economy, Including Social Enterprises

Reference number: EASME/COSME/2018/032
II.1.2)Main CPV code
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contract
Services
II.1.4)Short description:

EASME wishes to enter into a service contract whose objective is to study, assess and diffuse successful transnational initiatives and activities of SE (social economy) as well as corresponding European and national policies with a view to promoting successful approaches that could help SE to enter the Internal Market by establishing cross boarder activities and cooperation.

II.1.5)Estimated total value
Value excluding VAT: 200 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performance
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
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:

EASME wishes to enter into a service contract whose objective is to study, assess and diffuse successful transnational initiatives and activities of SE (social economy) as well as corresponding European and national policies with a view to promoting successful approaches that could help SE to enter the Internal Market by establishing cross boarder activities and cooperation.

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: 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
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: yes
Identification of the project:

Regulation (EU) no 1287/2013 of the European Parliament and of the Council of 11 December 2013 establishing COSME Programme, and Commission Implementing Decision C(2018) 6983 final on the adoption of the work programme for 2018 and on the financing of the COSME Programme.

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: 07/02/2019
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, Bulgarian, Czech, Danish, German, Greek, 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: 08/02/2019
Local time: 11:00
Place:

Covent Garden (COV2), Place Charles Rogier 16,B–1210 Brussels, BE.

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.2)Information about electronic workflows
Electronic payment will be used
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 of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
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:
13/12/2018