Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Enterprise and Industry, Directorate B — Sustainable Growth and EU 2020
Postal address: avenue d'Auderghem 45 — BREY 10/100
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=368
For the attention of: Mr Carlo Pettinelli
E-mail: entr-b-financial-team@ec.europa.eu
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/enterprise/index_en.htm
Address of the buyer profile: http://ec.europa.eu/enterprise/contracts-grants:calls-for-tenders/index_en.htm
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=368
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:
Official name: European Commission, Directorate-General for Enterprise and Industry
Postal address: Invitation to tender No: 356/PP/2014/FC, Unit B.4 — Sustainable Mobility and Automotive Industry, BREY 10/100
Town: Brussels
Postal code: 1049
Country: Belgium
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Multiple framework contract with reopening of the competition in the fields of emissions and competitiveness and economic analysis of the automotive industry.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 10: Market research and public opinion polling services
Main site or location of works, place of delivery or of performance: Contractor's premises or any place indicated in the tender, with the exception of the Commission's premises.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in months: 24
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 8 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
Multiple framework contract for the provision of consultancy services regarding emissions of road vehicles and competitiveness and economic analysis of the automotive industry.
II.1.6)Common procurement vocabulary (CPV)34000000 Transport equipment and auxiliary products to transportation
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The framework contract will contain 2 different lots:
lot 1: emissions
lot 2: competitiveness and economic analysis of the automotive industry.
Each individual framework contract will have an initial duration of 24 months and may be renewable once.
The maximum ceiling for the maximum period of 48 months will be:
lot 1: 3 000 000 EUR
lot 2: 5 000 000 EUR.
Estimated value excluding VAT: 8 000 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Emissions from road vehicles1)Short description
Compilation, analysis and evaluation of cost-benefit analysis with respect to vehicle emissions legislation and improvement of the existing legislation and adaptation of it to technical developments.
2)Common procurement vocabulary (CPV)34000000 Transport equipment and auxiliary products to transportation
3)Quantity or scopeEstimated value excluding VAT: 3 000 000 EUR
4)Indication about different date for duration of contract or starting/completionDuration in months: 24 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Competitiveness and economic analysis of the automotive industry and of the automotive market1)Short description
The contractor will be expected to present and analyse market, economic and technological trends in global markets and alert the Commission to changes which could influence the global competitiveness of the European automotive industry. Furthermore, the contractor could be asked to assist the Commission with assessing the impact of existing, pending and future regulatory and policy measures on the global competitiveness of the European automotive industry. The contractor's methodological and market expertise will also be used to help the Commission in analysing the economic effects of the interaction between various policy areas and in the determination of the best means of implementing specific measures.
2)Common procurement vocabulary (CPV)34000000 Transport equipment and auxiliary products to transportation
3)Quantity or scopeEstimated value excluding VAT: 5 000 000 EUR
4)Indication about different date for duration of contract or starting/completionDuration in months: 24 (from the award of the contract)
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See specifications.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See specifications.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: See specifications.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See specifications.
Minimum level(s) of standards possibly required: See specifications.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See specifications.
Minimum level(s) of standards possibly required:
See specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
356/PP/2014/FC.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate12.5.2014
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 upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 20.5.2014 - 10:00
Place:
Directorate-General for Enterprise and Industry, Directorate B, 10th floor, office 140, avenue d'Auderghem 45, 1049 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: See specifications.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
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:6.3.2014