Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
Additional 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:
International Ocean Governance Stakeholder Forum
II.1.2)Main CPV code79421000
II.1.3)Type of contractServices
II.1.4)Short description:
This is a call for tenders, in a form of an open procedure, launched with a view to conclude a service contract to select a service provider to set up and operate a "secretariat" that will establish a regular dialogue amongst stakeholders groups in the field of the international ocean governance. The goal of these services is to bring together representatives, practitioners and experts from relevant actor and stakeholder groups. Additionally, it will support the follow-up to the IOG agenda and establish a regular dialogue on the EU's efforts to improve international ocean governance.
Tasks to be carried out by the contractor are further detailed in the tender specifications in section 1.
II.1.5)Estimated total valueValue excluding VAT: 1 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)79421200
79421100
71248000
71242000
79952000
55520000
79419000
II.2.3)Place of performanceNUTS code: BE100
Main site or place of performance:
The tasks are to be performed at the premises designated by the contractor, save where meetings are to beheldat EASME's or the European Commission’s premises.
II.2.4)Description of the procurement:
This is a call for tenders, in a form of an open procedure, launched with a view to conclude a service contract to select a service provider to set up and operate a "secretariat" that will establish a regular dialogue amongst stakeholders groups in the field of the international ocean governance. The goal of these services is to bring together representatives, practitioners and experts from relevant actor and stakeholder groups. Additionally, it will support the follow-up to the IOG agenda and establish a regular dialogue on the EU's efforts to improve international ocean governance.
Tasks to be carried out by the contractor are further detailed in the tender specifications in section 1.
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: 1 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 44
This contract is subject to renewal: yes
Description of renewals:
See Internet address provided in Section I.3.
The initial duration of the contract will be 22 months (market volume of max. 750 000 EUR) with a possibility of renewal for another 22 months (market volume of max. 750 000).
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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:
The EMFF work programme for 2018. The item 1.3.1.4. Stakeholder forum – international ocean governance.
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:
See Internet address provided in Section I.3.
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.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:
See Internet address provided in Section I.3.
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.1.4)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: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 01/10/2018
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: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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 02/10/2018
Local time: 12:00
Place:
The Executive Agency for Small and Medium-size Enterprises
Covent Garden 2
Place Charles Rogier 16
1210 Brussels
Information about authorised persons and opening procedure:
See Internet address provided in section I.3.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
See Internet address provided in section I.3.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:23/08/2018