Predmet tendera: | Policy support facility for the implementation of EU | |
Partije (lotovi): | POLICY SUPPORT FACILITY FOR THE IMPLEMENTATION OF EU Public diplomacy, information outreach and organization of events: The objective is to Technical assistance: expected to support and advise EU services (Headquarters and/or Trade and market access: The objective of Lot 3 is to carry out technical assistance | |
Mesto: | BiH (Federacija BiH), Sarajevo | |
Datum objave: | 03.01.2019 | |
Rok: | 08.02.2019 - (rok je istekao) - Pogledajte slične aktuelne nabavke | |
Oblast: | Konsultantske usluge. Izrada fizibiliti studija. Aktivnosti NVO. Konkursi. Donacije. Dodele sredstava. Sufinansiranja projekata. Grantovi. Pozivi za podnosenje predloga... Organizacija koncerata, priredbi i kulturnih manifestacija. | |
Naručilac: | EUROPEAN COMMISSION | |
Tekst javne nabavke - tendera: | SERVICE CONTRACT NOTICE POLICY SUPPORT FACILITY FOR THE IMPLEMENTATION OF EU FOREIGN POLICY PSF 2019 Worldwide Please note that the awarding of the contract is subject to the condition of: the prior adoption of a financing decision, which does not modify the elements of the procurement procedure (this will be the case, for instance, if the budget initially foreseen is different or if the timeframe, the nature or the condition of the implementation are altered). If the precedent condition is not met, the contracting authority will either abandon the procurement or cancel the award procedure without the candidates or tenderers being entitled to claim any compensation. 1. Publication reference EuropeAid/139974/DH/SER/MULTI 2. Procedure Restricted 3. Programme title Partnership Instrument 4. Financing Budget line 19 05 01 5. Contracting Authority European Union, represented by the European Commission Clarifications may be sought from the contracting authority at the following email address FPITENDER-139974@ec.europa.eu at the latest 21 days before the deadline for submission of applications stated at the point 23 below. Clarifications will be published on the website of DG International Cooperation and Development at the latest 5 days before the deadline as well as on the website of the Service for Foreign Policy Instruments (FPI) https://ec.europa.eu/fpi/home_en at the latest 5 days before the deadline. CONTRACT SPECIFICATION 6. Nature of contract Global price (Lot 1 and 3); Fee-based or global price (Lot 2). Multiple framework contract with reopened competition at the level of each assignment. 7. Contract description Ref. Ares(2018)6628332 - 21/12/2018 August 2018 Page 2 b2a_contractnotice_en This Framework Contract (FWC) provides expertise for the implementation of EU foreign policy pursuing EU or mutual interest. The objective of the FWC is to provide, via individual assignments defined and contracted through Specific Contracts, expertise that can be mobilised at short notice. The FWC will comprise the following lots: Lot 1) Public diplomacy, information outreach and organization of events: The objective is to provide support (both in terms of content and logistics, as appropriate and as defined in the specific terms of reference) in the fields of: a) the organization of EU public diplomacy and outreach initiatives in third countries (in liaison with the local EU Delegations and/or EU HQ); b) the design and delivery of information campaigns, including initiatives that aim at increasing societal resilience to disinformation; and c) the organization of events such as conferences, seminars, open days, information days, information visits, international fora and symposia, participation at fairs and exhibitions. Lot 2) Technical assistance: expected to support and advise EU services (Headquarters and/or EU Delegations) by providing technical inputs and by assisting in carrying out analysis, studies and providing opinions and advice, including legal advice. To this end, Lot 2 should provide expertise related to: a) Analytical studies (e.g. feasibility studies, institutional/stakeholder analysis, political and economic analysis, intervention logic and logical framework approach/theory of change, economic analysis, data collection and analysis). This will also include mainstreaming of crosscutting issues (climate change, environment, resilience, disinformation, youth, gender, disabilities and more broadly rights based approach), analysis of legislation, regulations and law enforcement, legislative gap analysis; b) Policy-related analysis and design; c) Monitoring and evaluation and related training Lot 3) Trade and market access: The objective of Lot 3 is to carry out technical assistance (feasibility studies, technical reports, baseline and benchmarking relevant for the policy dialogues) in the field of trade. The following specific objectives will be addressed: a) Increase business and trading opportunities for EU companies in third countries b) Ensure that trade and investment agreements are negotiated based on solid information relating to partner countries’ market and legislation c) Ensure proper enforcement and implementation of trade and investment agreements, including the provision of unilateral trade preferences and if necessary via technical assistance d) Promote these agreements with business and other civil society organisations e) Strengthen capacity for the implementation of Trade and Sustainable Development chapters, in particular labour provisions and the promotion of internationally recognised principles and guidelines of corporate social responsibility f) Support market access activities to ensure the removal of trade and investment barriers for EU business g) Reinforce Market Access Teams with the aim of contributing to the strategic EU objectives of strengthening the presence of EU companies in global markets and of improving the EUs capacity to tackle barriers that block trade and investment h) Contribute to the monitoring of the business related environment in key markets. 8. Number and titles of lots Lot 1) Public diplomacy, information outreach and organization of events Lot 2) Technical assistance Lot 3) Trade and market access 9. Maximum budget Lot 1: 74,000,000 EUR Lot 2: 66,000,000 EUR August 2018 Page 3 b2a_contractnotice_en Lot 3: 60,000,000 EUR 10. Scope for additional services The Contracting Authority may, at its own discretion, increase the maximum budget of the Framework Contract not exceeding 100% of the value of the initial Framework Contract. Any extension of the contract would be subject to satisfactory performance by the contractors. CONDITIONS OF PARTICIPATION 11. Eligibility Participation is open to all natural persons who are nationals of and legal persons (participating either individually or in a grouping – consortium – of tenderers) which are effectively established in a Member State of the European Union or in a eligible country or territory as defined under the Regulation (EU) No 236/2014 establishing common rules and procedures for the implementation of the Unions instruments for external action (CIR) for the applicable instrument under which the contract is financed (see also heading 29 below). Participation is also open to international organisations. Please be aware that after the United Kingdoms withdrawal from the EU, the rules of access to EU procurement procedures of economic operators established in third countries will apply to candidates or tenderers from the United Kingdom depending on the outcome of negotiations. In case such access is not provided by legal provisions in force at the time of contract award, candidates or tenderers from the United Kingdom could be rejected from the procurement procedure. 12. Candidature All eligible natural and legal persons (as per item 11 above) or groupings of such persons (consortia) may apply. A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the contracting authority. The participation of an ineligible natural or legal person (as per item 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded. 13. Number of applications No more than one application per lot can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than one application per lot, all applications in which that person has participated will be excluded. Candidates may submit an application for one lot only, several lots or all of the lots, but only one application per lot. Contracts will be awarded lot by lot and each lot will form a separate contract. 14. Shortlist alliances prohibited Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender procedure unless prior approval from the contracting authority has been obtained (see practical guide – PRAG – 2.6.3.). August 2018 Page 4 b2a_contractnotice_en Short-listed candidates may not form alliances or subcontract to each other for the contract in question. 15. Grounds for exclusion As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.6.10.1. of the PRAG. Candidates included in the lists of EU restrictive measures (see Section 2.4. of the PRAG) at the moment of the award decision cannot be awarded the contract. 16. Sub-contracting Subcontracting is allowed. 17. Number of candidates to be short-listed On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders per each lot of this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender. PROVISIONAL TIMETABLE 18. Provisional date of invitation to tender March 2019 19. Provisional commencement date of the contract September 2019 20. Initial period of implementation of tasks September 2019 – August 2021, with possible extension up to August 2023 SELECTION AND AWARD CRITERIA 21. Selection criteria The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole unless specified otherwise. The selection criteria will not be applied to natural persons and singlemember companies when they are sub-contractors. FOR LOT 1: 1) Economic and financial capacity of the individual tenderer or leader of a consortium submitting a tender (based on item 3 of the application form). In case of candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last three years for which accounts have been closed. the average annual turnover of the candidate must exceed 10,000,000 EUR. August 2018 Page 5 b2a_contractnotice_en 2) Professional capacity (based on items 4 and 5 of the application form). The reference period which will be taken into account will be the last three years from submission deadline. At least 20 members of permanent staff employed must currently be working in fields relating to one of the following areas (both areas to be covered): public diplomacy, information environments and outreach initiatives in third countries organization of events such as conferences, seminars, open days, information days, information visits, international fora and symposia, participation at fairs and exhibitions. An organigramme of the individual tenderer or, if the application is submitted by a consortium, an organigramme of the leader of the consortium and a list of staff shall be annexed to the application (the list of the staff will include the name and position of the employee) as documentary proof to meet this selection criterion. 3) Technical capacity (based on items 5 and 6 of the application form). The reference period which will be taken into account will be the last five years from submission deadline. The candidate has worked on at least 15 projects (with a budget above 300,000 EUR each, of which at least 50 % has been implemented by one or several members of the consortium, based on section 6 of the application form) in providing technical and administrative services in the field of public diplomacy and outreach. The candidate must provide a list of at least 15 references that conform to the description below. The candidate should include no more than 30 references and any extra references will not be taken into account. The referenced services and expertise shall cover: a) At least five projects concerning public diplomacy1 , information environments and outreach initiatives such as round-tables, seminars, conferences, workshops, briefing sessions, webinars, visitors programmes/study visits, debate-based events, social-media and media awareness raising campaigns, side activities at the margin on EU-third countries bilateral summits, training sessions on specific EU policy areas (i.a. for policy makers, media, NGOs, civil society and academia), networking events (e.g. with alumni/beneficiaries of EU programmes), EU roadshows and fairs, modelling EU and competitions. b) At least ten projects concerning the organization of events such as conferences, seminars, open days, information days, information visits, international fora and symposia, participation at international fairs and exhibitions. c) At least ten referenced projects must have been carried out in ten different industrialised and other high-income or middle-income countries and territories outside the EU2 . FOR LOT 2: 1 Public Diplomacy refers to the “process whereby a country or an entity seeks to build trust and understanding by engaging with a broader foreign public beyond the governmental relations that, customarily, have been the focus of diplomatic effort , Preparatory Action: Culture in EU External Relations, European Parliament resolution of 12 May 2011 on the cultural dimensions of the EUs external actions. 2 http://intragate.ec.europa.eu/dg/devco/prag/annexes.do?annexName=A2a&lang=en notably annexes 7, 9 and 10 August 2018 Page 6 b2a_contractnotice_en 1) Economic and financial capacity of the individual tenderer or leader of a consortium submitting a tender (based on item 3 of the application form). In case of candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last three years for which accounts have been closed. the average annual turnover of the candidate must exceed 10,000,000 EUR. 2) Professional capacity (based on items 4 and 5 of the application form). The reference period which will be taken into account will be the last three years from submission deadline. At least 20 members of permanent staff employed must currently be working in fields relating to one of the following areas (all areas to be covered): Analytical studies (e.g. feasibility studies, institutional/stakeholder analysis, political and economic analysis, information environment assessments, strategic environmental assessments, environmental impact assessments, climate risk assessments, intervention logic and logical framework approach/theory of change, economic analysis, data collection and analysis, performance measurement and indicators, monitoring and evaluation systems). This must also include mainstreaming of crosscutting issues (climate change, environment, resilience, youth, gender, rights of citizens in third countries, disabilities and more broadly rights based approach), analysis of legislation, regulations and law enforcement, legislative gap analysis, etc. Policy-related analysis (e.g. gender analysis, religious dynamics assessments, disinformation analysis) and design. This must also include mainstreaming of crosscutting issues. Monitoring and evaluation and related training (e.g. project cycle management training, mid-term, final and ex-post, impact evaluations) An organigramme of the individual tenderer or, if the application is submitted by a consortium, an organigramme of the leader of the consortium and a list of staff shall be annexed to the application (the list of the staff will include the name and position of the employee) as documentary proof to meet this selection criterion. 3) Technical capacity (based on items 5 and 6 of the application form). The reference period which will be taken into account will be the last five years from submission deadline. The candidate has worked on at least 15 projects (with a budget above 100,000 EUR each, of which at least 50 % has been implemented by one or several members of the consortium, based on section 6 of the application form) in providing technical inputs and by assisting in carrying out analysis, studies, evaluations and providing opinions and advice. The candidate must provide a list of at least 15 references that conform to the description below. The candidate should include no more than 30 references and any extra references will not be taken into account. a) The referenced services and expertise shall cover at least two thirds (i.e. at least 15) of the following fields: 1) environment, natural resources, biodiversity and sustainable water management; 2) raw materials; 3) energy; 4) climate change; August 2018 Page 7 b2a_contractnotice_en 5) smart, sustainable and green growth; 6) research, development and innovation; 7) industry and SMEs; 8) regulatory cooperation and standards harmonisation; 9) employment and social policy; 10) education and training; 11) judicial cooperation; 12) migration and mobility; 13) foreign policy/security; 14) disinformation and societal resilience 15) health and consumer safety; 16) digital; 17) economic and financial affairs; 18) transport; 19) governance, human rights and democracy; 20) maritime policy; 21) culture and creativity; 22) tourism; 23) citizens’ rights b) At least ten referenced projects must have been carried out in ten different industrialised and other high-income or middle-income countries and territories outside the EU3 FOR LOT 3: 1) Economic and financial capacity of the individual tenderer or leader of a consortium submitting a tender (based on item 3 of the application form). In case of candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last three years for which accounts have been closed. the average annual turnover of the candidate must exceed 10,000,000 EUR. 2) Professional capacity (based on items 4 and 5 of the application form). The reference period which will be taken into account will be the last three years from submission deadline. At least 20 members of permanent staff employed must currently be working in fields relating to: technical assistance (feasibility studies, technical reports, baseline and benchmarking relevant for the policy dialogues) in the field of trade. 3 http://intragate.ec.europa.eu/dg/devco/prag/annexes.do?annexName=A2a&lang=en notably annexes 7, 9 and 10 August 2018 Page 8 b2a_contractnotice_en An organigramme of the individual tenderer or, if the application is submitted by a consortium, an organigramme of the leader of the consortium and a list of staff shall be annexed to the application (the list of the staff will include the name and position of the employee) as documentary proof to meet this selection criterion. 3) Technical capacity (based on items 5 and 6 of the application form). The reference period which will be taken into account will be the last five years from submission deadline. 3.1) The candidate has worked on at least 15 projects (with a budget above 50 000 EUR each, of which at least 50 % has been implemented by one or several members of the consortium, based on section 6 of the application form) in providing technical and administrative services in the field of trade and market access. The candidate must provide a list of at least 20 references that conform to the description below. The candidate should include no more than 40 references and any extra references will not be taken into account. 3.1.a) The referenced services and expertise shall cover all 22 of the following fields, of which a project may cover more than one field (each project and field covered should be indicated by the candidate): 1. customs and trade facilitation, 2. import formalities and requirements, 3. non-tariff barriers (NTBs), 4. technical-barriers to trade (TBTs), 5. investment, 6. services, either financial services or transport services 7. rules of origin and origin procedures, 8. intellectual property rights, 9. public procurement, 10. corporate social responsibility, gender and/or labour rights 11.sustainable development and/or environment, 12.sanitary and phytosanitary (SPS) measures, 13. agriculture and/or fisheries, 14. competition policy, 15. anti-fraud, 16. energy and/or raw material, 17. telecommunications, 18. electronic commerce, 19. Proceedings linked to WTO dispute settlements, 20.Removal of market access barriers in third countries, 21.Advocacy with third country governments and/or third country civil society organisations, 22.Taxation issues. 3.1.b) At least ten referenced projects must have been carried out in ten different August 2018 Page 9 b2a_contractnotice_en industrialised and other high-income or middle-income countries and territories outside the EU4 . 3.2) The candidate has worked on at least 5 projects (with a budget above 100 000 EUR each, of which at least 50 % has been implemented by one or several members of the consortium, based on section 6 of the application form) in event management. Each project must have been implemented in a different location among the following (South Africa, China, Japan, South Korea, India, Canada, US, Brazil, Mexico, Russia). Previous experience which caused breach of contract and termination by a contracting authority shall not be used as reference. An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. Some examples of when it may not be considered appropriate by the contracting authority are when the tender rely in majority on the capacities of other entities or when they rely on key criteria. If the tender relies on other entities it must prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility - notably that of nationality – and must comply with the selection criteria for which the economic operator relies on them. Furthermore, the data for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the capacity will also have to be furnished when requested by the contracting authority. With regard to technical and professional criteria, an economic operator may only rely on the capacities of other entities where the latter will perform the works or services for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies, become jointly and severally liable for the performance of the contract. If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be reexamined to identify the eight best candidates. The only additional comparative criteria which will be taken into consideration during this re-examination, in the order that they appear below, are: 1) The total number of reference projects found eligible under Technical capacity for each lot; and in case of equality on this criterion, then 2) The value of the eligible part (the proportion carried out by the candidate participating either individually or in a grouping) of the projects found eligible under Technical capacity for each lot N.B.: additional comparative criterion 2) will be applied only if the number of eligible candidates remain higher than 8 after applying additional comparative criterion 1). 22. Award criteria 4 http://intragate.ec.europa.eu/dg/devco/prag/annexes.do?annexName=A2a&lang=en notably annexes 7, 9 and 10 August 2018 Page 10 b2a_contractnotice_en Best price-quality ratio. APPLICATION 23. Deadline for receipt of applications The candidates attention is drawn to the fact that there are two different systems for sending applications: one is by post or private mail service, or by hand delivery. In the first case, the application must be sent before the date and time limit for submission, as evidenced by the postmark or deposit slip5 , but in the second case it is the acknowledgment of receipt given at the time of the delivery of the application which will serve as proof. Time 17:00 local time on 8 February 2019 Any application submitted to the contracting authority after this deadline will not be considered. The contracting authority may, for reasons of administrative efficiency, reject any application submitted on time to the postal service but received, for any reason beyond the contracting authoritys control, after the effective date of approval of the short-list report or of the evaluation report, if accepting applications that were submitted on time but arrived late would considerably delay the evaluation procedure(for instance when applications are received after the evaluation committee has finished its works and evaluating them would imply re-calling the evaluation committee) or jeopardise decisions already taken and notified. 24. Application format and details to be provided Applications must be submitted using the standard application form, the format and instructions of which must be strictly observed. The application form is available from the following Internet address: http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=B The application must be accompanied by a declaration of honour on exclusion and selection criteria using the template available from the following Internet address: http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=A Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration. 25. How applications may be submitted Applications must be submitted in English exclusively to the contracting authority in a sealed envelope: EITHER by post or by courier service, in which case the evidence shall be constituted by the postmark or the date of the deposit slip, to : European Commission Service for Foreign Policy Instruments 5 It is recommended to use registered mail in case the postmark would not be readable. August 2018 Page 11 b2a_contractnotice_en Unit FPI.1 Office EEAS/02/306 For the attention of Christian Meunier B – 1049 Brussels OR hand delivered by the participant in person or by an agent directly to the premises of the contracting authority in return for a signed and dated receipt, in which case the evidence shall be constituted by this acknowledgement of receipt, to: European Commission Service for Foreign Policy Instruments Unit FPI.1 Office EEAS/02/306 For the attention of Christian Meunier Avenue du Bourget 1 B-1140 Brussels (Evere) Belgium The contract title and the Publication reference (see item 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the contracting authority. Applications submitted by any other means will not be considered. By submitting an application candidates accept to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the contracting authority sends it to the electronic address referred to in the application. 26. Alteration or withdrawal of applications Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be altered after this deadline. Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with Item 25. The outer envelope (and the relevant inner envelope if used) must be marked ‘Alteration’ or ‘Withdrawal’ as appropriate. 27. Operational language All written communications for this tender procedure and contract must be in English. 28. Date of publication of prior information notice 23 November 2018 (OJ nr 2018/226) 29. Legal basis Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11 March 2014 laying down common rules and procedures for the implementation of the Unions instruments for financing external action; and Regulation (EU) No 234/2014 of the European Parliament and of the Council of 11 March 2014 establishing a Partnership Instrument for cooperation with third countries - See Annex A2 of the practical guide. 30. Additional information NA * * * Electronically signed on 21/12/2018 13:05 (UTC+01) in accordance with article 4.2 (Validity of electronic documents) of Commission Decision 2004/563 | |
DOKUMENTACIJA: |