Indicative, non-exhaustive list of conflict affected and high-risk areas (the CAHRA list) under Regulation (EU) 2017/821 - responsible sourcing of minerals

The indicative, non-exhaustive list of conflict-affected and high-risk areas (CAHRAs) is one of the accompanying measures under Regulation (EU) 2017/821. Pursuant to Article 14 of the Regulation, the Commission has a legal obligation (a) to set up the CAHRA list with the help of an external contractor and (b) to …

CPV: 48810000 Informācijas sistēmas, 75240000 Sabiedriskās drošības, likumības un kārtības nodrošināšanas pakalpojumi, 79000000 Uzņēmējdarbības pakalpojumi: tiesības, tirgzinība, konsultēšana, darbinieku vervēšana, iespiešana un drošība, 79400000 Uzņēmējdarbības un vadības konsultāciju un saistītie pakalpojumi
Termiņš:
2025. gada 22. septembris, 14:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Indicative, non-exhaustive list of conflict affected and high-risk areas (the CAHRA list) under Regulation (EU) 2017/821 - responsible sourcing of minerals
Piešķīrēja iestāde:
European Commission, DG TRADE - Trade
Piešķīruma numurs:
EC-TRADE/2025/OP/0006

1. Buyer

1.1 Buyer

Official name : European Commission, DG TRADE - Trade
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Indicative, non-exhaustive list of conflict affected and high-risk areas (the CAHRA list) under Regulation (EU) 2017/821 - responsible sourcing of minerals
Description : The indicative, non-exhaustive list of conflict-affected and high-risk areas (CAHRAs) is one of the accompanying measures under Regulation (EU) 2017/821. Pursuant to Article 14 of the Regulation, the Commission has a legal obligation (a) to set up the CAHRA list with the help of an external contractor and (b) to regularly update it.
Procedure identifier : dbf085b3-5af1-4df1-b035-d78f3041f43b
Internal identifier : EC-TRADE/2025/OP/0006
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services

2.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

2.1.3 Value

Estimated value excluding VAT : 400 000 Euro

2.1.4 General information

Additional information : In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section 5.1.11 in the last 5 calendar days before the time limit for receipt indicated in Section 5.1.12, the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section 5.1.11, without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section 5.1.11 in order to get notified when new information or documents are published.
Legal basis :
Regulation (EU, Euratom) 2024/2509

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Indicative, non-exhaustive list of conflict affected and high-risk areas (the CAHRA list) under Regulation (EU) 2017/821 - responsible sourcing of minerals
Description : The indicative, non-exhaustive list of conflict-affected and high-risk areas (CAHRAs) is one of the accompanying measures under Regulation (EU) 2017/821. Pursuant to Article 14 of the Regulation, the Commission has a legal obligation (a) to set up the CAHRA list with the help of an external contractor and (b) to regularly update it.
Internal identifier : EC-TRADE/2025/OP/0006

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 48810000 Information systems
Additional classification ( cpv ): 75240000 Public security, law and order services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security

5.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 400 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Information about previous notices :
Identifier of the previous notice : 360084-2025

5.1.10 Award criteria

Criterion :
Type : Quality
Criterion :
Type : Price
Description of the method to be used if weighting cannot be expressed by criteria : Please consult the procurement documents.

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
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
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 22/09/2025 14:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 23/09/2025 14:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
Organisation providing more information on the review procedures : European Commission, DG TRADE - Trade

8. Organisations

8.1 ORG-0001

Official name : European Commission, DG TRADE - Trade
Registration number : COM
Department : TRADE.C - Africa, Pacific, Asia (II), Trade and Sustainable Development, Green Deal
Postal address : Rue de la Loi 170
Town : Brussels
Postcode : B-1000
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Court of Justice of the European Union
Registration number : CURIA
Postal address : Rue du Fort Niedergrünewald
Town : Luxembourg
Postcode : L-2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 4303-1
Internet address : http://curia.europa.eu
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Commission
Registration number : EUCOM
Postal address : Mondrian (CDMA), Rue du Champ de Mars 21
Town : Brussels
Postcode : B-1050
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 44b4e8a4-1568-471d-8b27-6f31401c6522 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/07/2025 14:07 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00471018-2025
OJ S issue number : 136/2025
Publication date : 18/07/2025