There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 80666-2014

Display compact view

11/03/2014    S49

Italy-Ispra: Purchase of consolidated and non-consolidated bank data and related services

2014/S 049-080666

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Commission, DG Joint Research Centre JRC, Institute for the Protection and Security of the Citizen
Postal address: via Enrico Fermi 2749, TP 263
Town: Ispra VA
Postal code: 21027
Country: Italy
For the attention of: Mrs Stefania Toriello
E-mail: jrc-ipsc-procurement@ec.europa.eu
Fax: +39 0332789540

Internet address(es):

General address of the contracting authority: http://www.jrc.ec.europa.eu/callsfortender

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=404

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
General public services
Other: Research.
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Purchase of consolidated and non-consolidated bank data and related services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Contractor's site (electronic access to results).

NUTS code IT ITALIA

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Scientific Support for Financial Analysis Unit intends to create a fit-for-purpose, robust and efficient data infrastructure to be used as an information source for institutional studies, for responding to ad hoc requests from the Commission, and as input for Symbol model simulations on the EU-28 financial sector. The database will store bank data coming from different sources (commercial databases, ECB data warehouse, BIS databases, etc.). The purpose of this call for tender is a service which assures the continuity of data downloading as well as assistance needed upon request, in order to properly fulfil the scientific tasks of the unit.
II.1.6)Common procurement vocabulary (CPV)

72322000 Data management services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 152 000 and 160 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
None.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Tenders can be submitted by consortia of 2 or more economic operators ('joint tender'). Each legal entity will be required to sign the contract in the case of award, and shall assume joint and several liability towards the contracting authority for the fulfilment of the terms and conditions of the contract. Any change in the composition of the consortium during the procurement procedure may lead to the rejection of the corresponding tender. Any change in the composition of the consortium after the signature of the contract may lead to the termination of the contract. The consortium shall nominate 1 legal entity ('the leader') who will have full authority to bind the consortium and each of its members, and will be responsible for the administrative management of the contract (invoicing, receiving payments, etc.) on behalf of all other entities. Subcontracting is allowed but the contractor shall retain full liability towards the contracting authority for implementation of the contract.
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. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Any change in subcontracting during the procurement procedure may lead to the rejection of the corresponding tender. Any change in subcontracting after the signature of the contract may lead to the termination of the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Tenderers will not be eligible to take part in this contract award procedure if they are in any of the exclusion situations listed in Articles 106 and 107 of Council Regulation (EU, Euratom) No 966/2012 of 25.10.2012 (OJ L 298 of 26.10.2012). Tenderers must also furnish the documents stipulated in Article 143(1) of Commission Regulation (EU) No 1268/2012 of 29.10.2012 (OJ L 362 of 31.12.2012) (see tender documents). Should a contract be awarded, and if the value is above 134 000 EUR, the contractor will need to produce the supporting documents required in Article 143(2) in conjunction with Article 143(3) of the same Regulation. In the case of groupings of contractors, the information required shall be supplied by every member of the grouping including subcontractors to whom more than 20 % of the total value of the contract will be subcontracted.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: a) A financial statement of overall turnover and turnover concerning the services covered by the contract during each of the last 3 financial years. In the case of groupings of contractors, the documents required must be provided by every member of the grouping.
Minimum level(s) of standards possibly required: (a) A minimum yearly average turnover for one of the past 3 years greater than 80 000 EUR.
In the case of groupings of contractors, this criterion will be assessed in relation to the combined capacities of all members of the grouping.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
a) List of principal similar services provided by the tenderer in the last 3 years, with a brief description, including the amount of the contract, type of data supplied, type of clients being either public or private. In the case of groupings of contractors, the documents required must be provided by every member of the grouping.
b) Copy of certificate concerning the tenderer's quality certification issued by an external body (ISO 9001 or equivalent).
c) The educational and professional qualifications of the service provider (CVs) in particular of the technical staff that will provide the service with the indication of the list of training delivered and qualifications.
Minimum level(s) of standards possibly required:
For point III.2.3(a): a list of at least 3 similar services provided during 2012–2013. In the case of groupings of contractors, this criterion will be assessed in relation to the combined capacities of all members of the grouping.
For point III.2.3 (c): 1 CV of the person responsible for providing the support with sufficiently detailed information to demonstrate that the personnel has experience of at least 1 year in providing services of the same type as those indicated in the tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
JRC/IPR/2014/G01/0003/OC.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 21.4.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.4.2014
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 28.4.2014 - 15:00

Place:

Entrance building — room 7, via E. Fermi 2749, 21027 Ispra VA, ITALY.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Max. 1 authorised representative per tenderer can attend the opening. The request must be sent to the contact point before 27.4.2014, together with a copy of the identity card/passport.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information

The tender documents and any questions and answers related to the present call for tenders will be made available from the following website address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=404

If they wish so, interested parties may register via the above referred website. This will allow them to be informed from the e-tendering system when an update with regard to the present call for tenders is made available. Non-registered parties are invited to consult the website regularly. The Commission will not be liable if tenderers do not take notice of additional information published on the website with regard to the present call for tenders.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge of the plaintiff. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: Same as VI.4.1 above.

VI.5)Date of dispatch of this notice:
27.2.2014