Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, Directorate-General for Migration and Home Affairs, Directorate E: Migration and Security Funds, Financial Resources and Monitoring
Postal address: Office LX46 - 5/115
Town: Brussels
NUTS code:
BE BELGIQUE-BELGIËPostal code: 1049
Country: Belgium
E-mail:
HOME-TENDERS@ec.europa.euInternet address(es): Main address:
https://ec.europa.eu/home-affairs/financing/tenders_en I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework Contract on the execution of audits and controls and the development of audit and control strategies in the areas of Home Affairs and Justice
II.1.2)Main CPV code79212000 Auditing services
II.1.3)Type of contractServices
II.1.4)Short description:
The Framework Contract aims to provide services for auditing programmes and projects financed from the Union Budget under the programmes managed by the Directorate-General for Migration and Home Affairs and Directorate-General Justice and Consumers either under direct, shared or indirect management mode.
II.1.5)Estimated total valueValue excluding VAT: 8 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79212400 Fraud audit services
79212500 Accounting review services
79212100 Financial auditing services
79212200 Internal audit services
79419000 Evaluation consultancy services
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:
EU Member States + Norway, Switzerland, Iceland and Liechtenstein
II.2.4)Description of the procurement:
The Framework Contract enables the Contracting Authority to lay down, in advance, the terms and conditions to carry out the types of services as mentioned below for programmes and projects financed from the Union Budget under the above programmes over a given period of time. The Framework Contract is used for the financing of audits launched on the initiative of the Contracting Authority.
Tasks:
Batch auditing assignments:
— Under direct management mode:
Financial audits / On-the-spot controls of expenditure
— Under shared management mode:
Audits of projects / Audit of accounts/financial statements / Financial audits/expenditure verifications
Complementary or Particular auditing assignments
— Under direct management mode:
Sytem audit / Re-performance audit / Information technology (IT) audits
Under both management modes:
Technical and support assistance services to the Contracting Authority during own audits and fieldwork / Verification of funding / Technical and support assistance services to the Contracting Authority with associated desk audit work
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: 8 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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: yes
Identification of the project:
Internal Security Fund Asylum, Migration and Integration Fund
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:
Audit firm (as defined by Directive 2006/43/EC)
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 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.2.2)Time limit for receipt of tenders or requests to participateDate: 28/02/2019
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: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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 05/03/2019
Local time: 15:00
Place:
European Commission, DG HOME, rue du Luxembourg 46, 1049 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
Each tender may be represented by no more than one person (an email should be sent to HOME-TENDERS@ec.europa.eu, at least one working day in advance)
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 procedures VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:21/12/2018