Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: Executive Agency for Small and Medium-sized Enterprises, EASME.A.1.2 — Competitiveness and Internationalisation
Postal address: Covent Garden (COV2), Place Charles Rogier 16
Town: Brussels
NUTS code:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: B–1049
Country: Belgium
E-mail:
easme-procurement@ec.europa.euInternet address(es): Main address:
http://ec.europa.eu/easme/ I.3)CommunicationAdditional 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 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:
GRO/SME/19/C/006 Intelligent Cities Challenge
Reference number: EASME/2019/OP/0016
II.1.2)Main CPV code79411000 General management consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The objective of this service contract is to promote the development of powerful high-tech innovation ecosystems in European cities/regions to fuel industrial transformation and smart, sustainable growth.
The aim is to foster leadership and collaboration in cities and regions across all actors of the economy, to transform their territories and facilitate notably SMEs’ access to talents, to advanced technologies and big data, to innovative business models and state-of-the-art infrastructure that would help them create the smart products and services of the future.
II.1.5)Estimated total valueValue excluding VAT: 15 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79411000 General management consultancy services
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Main site or place of performance:
The tasks are to be performed at the premises designated by the contractor, save where meetings are to beheld at EASME's or the European Commission.
II.2.4)Description of the procurement:
The contractor should carry over the following tasks and organise them in the following 4 work packages:
WP1: Review and update of the methodology and tools of the digital cities challenge and review of the participation of the 41 cities;
WP2: Reinforcement and expansion of the current network of cities;
WP3: Delivery of advisory support to the cities;
WP4: Communication and dissemination actions.
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: 15 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: yes
Description of renewals:
7 500 000,00 for the first contract of 30 months + 7 500 000,00 for the renewal of 30 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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:
Commission Implementing Decision of 5.12.2018 "on the adoption of the Work Programme for 2019 and the financing for the implementation of the Programme for the Competitiveness of Enterprises and small and medium-sized enterprises" C(2018)8098 final.
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
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.2)Conditions related to the contract
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.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 02/09/2019
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, Czech, Danish, German, Greek, 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: 03/09/2019
Local time: 10:30
Place:
Covent Garden (COV2), Place Charles Rogier 16,B–1210 Brussels, BE
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.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address:
http://curia.europa.eu VI.5)Date of dispatch of this notice:24/06/2019