Services - 80664-2014

Display compact view

11/03/2014    S49

Belgium-Brussels: Strategic analysis service

2014/S 049-080664

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: Directorate-General for Home Affairs
Postal address: LX46 4/119
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: home-c4-procurement@ec.europa.eu
For the attention of: Ms Belinda Pyke
E-mail: home-c4-procurement@ec.europa.eu

Internet address(es):

General address of the contracting authority: http://ec.europa.eu/dgs/home-affairs/financing/tenders/index_en.htm

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Strategic analysis service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Contractor's premises.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
To obtain tailored and timely access to strategic information and analysis on a range of security-related issues. To submit a regular prospect analysis on major security risks impacting on the EU internal security.
II.1.6)Common procurement vocabulary (CPV)

79400000 Business and management consultancy and related services, 79430000 Crisis management services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
On average 1 ad hoc report per month over a duration of 24 months as well as, on a quarterly basis over 24 months, a regular prospect analysis on major security risks impacting on the EU internal security.
Estimated value excluding VAT: 130 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
No prefinancing. Interim payments based on acceptance of interim reports.
Details in the specifications and attached contract model.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Participation in this tender procedure is open on equal terms to all natural and legal persons coming within the scope of the Treaties and to all natural and legal persons in a third country which has a special agreement with the Union in the field of public procurement on the conditions laid down in that agreement. Where the Multilateral Agreement on Government Procurement concluded within the WTO applies, the participation to the call for tender is also open to nationals of the countries that have ratified this Agreement, on the conditions it lays down.
A joint tender is a situation where a tender is submitted by a group of economic operators (consortium). Joint tenders may include subcontractors in addition to the joint tenderers.
Tenders can be submitted by groupings of service providers/suppliers who will not be required to adopt a particular legal form prior to the contract being awarded. However, the Commission will require the grouping:
— either to have the contract signed by all members of the grouping. In this case, one of them will be responsible for the receipt and processing of payments for members of grouping, for managing the service administration and for coordination of the contract, or
— to have the contract signed by a team leader, which has been duly authorised by the other members to bind each of them (a power of attorney will be attached to the contract according to the template provided by the Commission).
In addition, the composition and constitution of the grouping, and the allocation of the scope of tasks amongst the members, shall not be altered without the prior written consent of the Commission which can be withheld at discretion.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The tender must include a cover letter presenting the name of the tenderer (including all entities in the case of a joint offer) and identified subcontractors if applicable, and the name of the single contact person in relation to this tender.
Tenders must be signed by the tenderer or his duly authorised representative. In the case of a joint tender, the cover letter must be signed by a duly authorised representative of each tenderer, or by a single tenderer duly authorised by other tenderers (with power of attorney).
If applicable, the cover letter must indicate the proportion of the contract to be subcontracted.
Subcontractors must provide a letter of intent stating their willingness to provide the service foreseen in the offer and in line with the present tender specification.
For legal persons, a legible copy of the notice of appointment of the persons authorised to represent the tenderer in dealings with third parties and in legal proceedings, or a copy of the publication of such appointment if the legislation which applies to the legal entity concerned requires such publication. Any delegation of this authorisation to another representative not indicated in the official appointment must be evidenced.
For natural persons, where applicable, a proof of registration on a professional or trade register or any other official document showing the registration number.
Details in the specifications.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The following evidence should be provided:
— the completed 'Simplified balance sheet' and 'Simplified profit & loss account' completed for the last 3 years (Annex 2 must be completed),
— copy of the profit & loss account and balance sheet for the last 3 years for which accounts have been closed,
— evidence of professional risk indemnity insurance.
Minimum level(s) of standards possibly required: In order to prove their economic and financial capacity, the tenderers (i.e. in the case of a joint tender, the combined capacity of all members of the consortium and identified subcontractors) must show that their annual consolidated turnover exceeds 100 000 EUR (average for the past 3 years).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
a. Criteria relating to tenderers:
Tenderers (in the case of a joint tender the combined capacity of all tenderers and identified subcontractors) must comply with the following criteria:
— the tenderer must prove experience in the field of strategic analysis with at least 3 projects delivered in this field in the last 3 years with a minimum value for each project of 40 000 EUR,
— the tenderer must prove experience of working in the English language with at least 3 projects delivered in the last 3 years showing the necessary language coverage,
— the tenderer must prove capacity to draft reports in English,
— the tenderer must prove experience in survey techniques, data collection, statistical analyses and drafting reports and recommendations.
b. Criteria relating to the team delivering the service:
The team delivering the service should include, as a minimum, the following profiles:
— Senior consultants:
advanced academic degree in a relevant field (all fields should be covered globally),
minimum 6 years of relevant work experience,
minimum 3 years of supervisory experience.
— Consultant:
advanced academic degree in a relevant field (all fields should be covered globally),
minimum 3 years of relevant work experience.
— Demand manager:
minimum 3 years of experience in demand or project management including overseeing project delivery, quality control of delivered service, client orientation and conflict resolution experience in projects of a similar size (at least 50 000 EUR).
Language quality check: at least the key members of the team should have native-level language skills in English or equivalent, as guaranteed by a certificate or past relevant experience.
Detail in the specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
HOME/2013/ISEC/PR/030-A1.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 11.4.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.4.2014
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 28.4.2014 - 11:00

Place:

LX46 5/99, 1040 Brussels.

Persons authorised to be present at the opening of tenders: yes

Additional information about authorised persons and opening procedure: Announcement of the presence of a representative should be done by writing to home-c4-procurement@ec.europa.eu at least 1 working day before the date of the opening session.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Specifications may be downloaded on the following link http://ec.europa.eu/dgs/home-affairs/financing/tenders/index_en.htm

Article 134.1(f) may be applied for future need of similar services.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
27.2.2014