Services - 103034-2017

21/03/2017    S56

Belgium-Brussels: Overview of the availability, comparability and consistency of administrative statistical data on recorded crime

2017/S 056-103034

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Migration and Home Affairs, Directorate E: Migration and Security Funds
Postal address: LX-46 5/121
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1049
Country: Belgium
E-mail: HOME-E1-PROCUREMENT@ec.europa.eu
Fax: +32 22979590
Internet address(es):
Main address: http://ec.europa.eu/dgs/home-affairs/financing/tenders/index_en.htm#/c_
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://ec.europa.eu/dgs/home-affairs/financing/tenders/index_en.htm#/c_
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Overview of the availability, comparability and consistency of administrative statistical data on recorded crime.

II.1.2)Main CPV code
79330000 Statistical services
II.1.3)Type of contract
Services
II.1.4)Short description:

To obtain an overview of the availability, comparability and consistency of administrative statistical data on recorded crime and on the stages of the criminal justice process in the EU Member States, including which bodies collect or own these data.

II.1.5)Estimated total value
Value excluding VAT: 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:

Contractor's premises.

II.2.4)Description of the procurement:

The general objective is to obtain an overview of the availability, comparability and consistency of administrative statistical data on recorded crime and on the stages of the criminal justice process in the EU Member States, including which bodies collect or own these data.

Specifically, the report should cover at least the following offences:

— acts involving the proceeds of crime (including illicit trafficking of stolen goods),

— counterfeiting of means of payment,

— environmental crime,

— forgery/counterfeiting of documents,

— fraud, including fraud affecting the Union financial interests,

— illicit trafficking in cultural goods,

— intellectual property offences (including counterfeiting of goods and copyright offences),

— participation in an organised criminal group,

— sexual exploitation of children,

— smuggling of goods (including in relation to customs and excise duties and taxes),

— tax crimes (related to direct taxes and indirect taxes),

— terrorism,

— trafficking of weapons and explosives, including firearms.

The report should cover the following stages of the crime and criminal justice process: police recorded crime; persons brought into contact with the criminal justice process (i.e. suspects); prosecutions (cases opened by the prosecution service); indictments; court outcomes (final): convictions, acquittals, other outcomes, total.

The report should cover the following demographic breakdowns: sex, age (adult, child (under 18)), citizenship, legal status (natural or legal person).

The report should also cover the following crime factors: situational context (organised crime-related, gang-related, corporate crime-related, terrorism-related); geographical location (breakdowns within MS if possible/relevant, extraterritorial); whether a weapon was used, incl. the type of weapon; and whether the offence was cybercrime-related (yes/no).

Since the collection of the actual data will be necessary to carry out an effective analysis of the consistency and comparability, the report should also contain tables of the data collected, covering at least the calendar years 2013, 2014, 2015, 2016. The selected contractor should bear in mind that 2016 data for some parts of the criminal justice system in some Member States may only be available in early 2018, and plan accordingly.

The report should specify whether each data item is already published, collected but not published, or generated specifically for this collection (or unavailable). It should also provide a description of the legal or operational definitions (in the original language and in English) of what is in scope of each data item collected, with information on any changes in these definitions between the years in question or about to enter into force.

In the event of data being available but under a different disaggregation to that specified above, the report should specify the categories which are in use, and what breakdowns are available. Where categories in use at national level include or exclude certain offences, such that the scope is substantively different from the general level categories, this should be noted in the metadata.

The outputs should be able to be used to inform a regular collection of these data by the Commission.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 32
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Internal security fund.
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation 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 procedure
Open 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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 05/05/2017
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, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 15/05/2017
Local time: 15:00
Place:

DG Migration and Home Affairs, rue du Luxembourg 47, 1049 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

Maximum 2 representatives per tender can attend the opening of tenders. For organisational and security reasons, the tenderer must provide the name and ID or passport number of the representatives at least 3 working days in advance to: HOME-E1-Procurement@ec.europa.eu Failing that, the contracting authority reserves the right to refuse access to its premises.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Court of Justice of the European Union
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/jcms/jcms/j_6/
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Town: Strasbourg
Country: France
Internet address: http://www.ombudsman.europa.eu
VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Court
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Internet address: http://curia.europa.eu/jcms/jcms/j_6/
VI.5)Date of dispatch of this notice:
09/03/2017