loading
  • BE-1049 Brussels
  • 02.10.2017
  • Ausschreibung
  • (ID 2-274928)

Study supporting the elaboration of guidance on best practices in the extractive waste management plans.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 02.10.2017, 16:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Umweltverträglichkeitsstudie / Studien, Gutachten / Immissionsschutz
    Sprachen Englisch, Bulgarisch, Dänisch, Deutsch, Griechisch, Estnisch, Finnisch, Französisch, Irisch, Kroatisch, Ungarisch, Italienisch, Lettisch, Litauisch, Maltesisch, Niederländisch, Polnisch, Portugiesisch, Rumänisch, Slowakisch, Slowenisch, Spanisch, Schwedisch, Tschechisch
    Aufgabe
    This study aims at collecting information on extractive waste management plans elaborated under the Extractive Waste Directive (Directive 2006/21/EC of the European Parliament and of the Council) in Member States of the European Union. Such plans aim at the minimisation, recovery and disposal of waste resulting from extractive industries, taking account of the principle of sustainable development. They are submitted by operators as part of their permit applications and approved by competent authorities. Based on information collected as well as on the expertise of the tenderer, candidate best practices would need to be identified and discussed with stakeholders at a dedicated workshop. This will support the elaboration of a guidance document on best practices in the field of extractive waste management plans.
    Leistungsumfang
    Open call for tender, study.
    Single contract of 18 months with a value of 150 000 EUR including the following main tasks:
    — gathering of information on existing guidelines on extractive waste management plans, extractive waste management plans themselves and candidate best practices,
    — discussion of the identified candidate best practices with public authorities and relevant stakeholders,
    — elaboration of a draft guidance document on best practices in extractive waste management plans for aspects related to circular economy,
    — elaboration of a report to the Commission on best practices in extractive waste management plans for aspects not related to circular economy.
    Adresse des Bauherren BE-1049 Brussels
    TED Dokumenten-Nr. 318465-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Belgium-Brussels: Study supporting the elaboration of guidance on best practices in the extractive waste management plans

      2017/S 154-318465

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      European Commission, Directorate-General for Environment
      BU 9 01/005
      Brussels
      1049
      Belgium
      E-mail: MjEwW2RsI2pbZFpbaGk2W1kkW2toZWZXJFtr
      NUTS code: BE

      Internet address(es):

      Main address: http://ec.europa.eu/environment/funding/calls_en.htm

      I.2)Joint procurement
      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=2820
      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:

       

      Study supporting the elaboration of guidance on best practices in the extractive waste management plans.

       

      Reference number: ENV.B.3/ETU/2017/0022.
      II.1.2)Main CPV code
      90700000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      This study aims at collecting information on extractive waste management plans elaborated under the Extractive Waste Directive (Directive 2006/21/EC of the European Parliament and of the Council) in Member States of the European Union. Such plans aim at the minimisation, recovery and disposal of waste resulting from extractive industries, taking account of the principle of sustainable development. They are submitted by operators as part of their permit applications and approved by competent authorities. Based on information collected as well as on the expertise of the tenderer, candidate best practices would need to be identified and discussed with stakeholders at a dedicated workshop. This will support the elaboration of a guidance document on best practices in the field of extractive waste management plans.

       

      II.1.5)Estimated total value
      Value excluding VAT: 150 000.00 EUR
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      II.2.3)Place of performance
      NUTS code: 00
      Main site or place of performance:

       

      ‘Extra muros’.

       

      II.2.4)Description of the procurement:

       

      Open call for tender, study.

      Single contract of 18 months with a value of 150 000 EUR including the following main tasks:

      — gathering of information on existing guidelines on extractive waste management plans, extractive waste management plans themselves and candidate best practices,

      — discussion of the identified candidate best practices with public authorities and relevant stakeholders,

      — elaboration of a draft guidance document on best practices in extractive waste management plans for aspects related to circular economy,

      — elaboration of a report to the Commission on best practices in extractive waste management plans for aspects not related to circular economy.

       

      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: 150 000.00 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.2.12)Information about electronic catalogues
      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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      Please refer to procurement documents (see point 1.1 and 1.7 of tender specifications).

       

      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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      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.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 02/10/2017
      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:
      English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
      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: 16/10/2017
      Local time: 10:30
      Place:

       

      avenue de Beaulieu 5, salle E, 1160 Brussels, BELGIUM.

       

      Information about authorised persons and opening procedure:

       

      A maximum of 2 representatives per tender may attend the opening (no expenses paid).

      For organisational and security reasons, the tenderer must provide the full name and ID or passport number of the representatives at least 3 working days in advance to: MjIwUVpiGWBRWlBRXl8sUU8aUWFeW1xNGlFh

      Failing that, the contracting authority reserves the right to refuse access to its premises.

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      In line with Article 134.1.e) and f) of the rules of application to Regulation (EU, Euratom) 2015/1929 of the European Parliament and of the Council of 28.10.2015 (Financial Regulation), during the 3 years following conclusion of the original contract, the contracting authority will be able to use the negotiated procedure for additional services (without prior publication of a contract notice) for new services or works consisting in the repetition of similar services or works entrusted to the economic operator to which the same contracting authority awarded an original contract, provided that these services or works are in conformity with a basic project for which the original contract was awarded after publication of a contract notice, subject to the conditions set out in paragraph 4 of Article 134.

      Procurement documents will be available for download at the address indicated under heading I.3. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      General Court
      rue du Fort Niedergrünewald
      Luxemburg
      2925
      Luxembourg
      Telephone: +352 4303-1
      E-mail: MjEyO1liWWZVYDdjaWZoIkZZW11naGZtNFdpZl1VIllpZmNkVSJZaQ==
      Fax: +352 43032100

      Internet address:http://curia.europa.eu

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      You may submit any observations concerning the award procedure to the contracting authority indicated under heading I.1.

      If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu). Such complaint does not have as an effect either to suspend the time limit to launch an appeal or to open a new period for lodging an appeal.

      Within 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      03/08/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 14.08.2017
Zuletzt aktualisiert 14.08.2017
Wettbewerbs-ID 2-274928 Status Kostenpflichtig
Seitenaufrufe 47