Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Communications Networks, Content and Technology, Directorate G: Media and Data, Unit G1: Converging Media and Content
Postal address: BU25 05/174
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: Central Financial Unit
E-mail: cnect-r2-eoi@ec.europa.eu
Internet address(es):
General address of the contracting authority: https://ec.europa.eu/dgs/connect/index_en.htm
Address of the buyer profile: https://ec.europa.eu/digital-agenda/en/newsroom/all/1374
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=752
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 authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Standardisation in the context of connected TV — SMART 2014/0055.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 10: Market research and public opinion polling services
Main site or location of works, place of delivery or of performance: Contractor's premises.
NUTS code
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 subject matter of the contract is to collect data regarding the complete standards landscape (including add-ons) in the area of TV sets with added Internet in view of determining whether there are potential risks for fragmentation. It would also cover national and industrial specifications and the cost of adapting to them. It should also provide an overview of the reasons for applying diverging standards and give an outline of research needs that exist in the sector, with a view to overcoming fragmentation challenges.
II.1.6)Common procurement vocabulary (CPV)79310000 Market research services, 73200000 Research and development consultancy services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Maximum value of 120 000 EUR.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 7 (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:
See tender specifications and model service contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender specifications and model service contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: See tender specifications.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tender specifications.
Minimum level(s) of standards possibly required: See tender specifications.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender specifications.
Minimum level(s) of standards possibly required:
See tender specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
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 criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SMART 2014/0055.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate5.5.2015 - 16:00
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 upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 18.5.2015 - 10:00
Place:
avenue de Beaulieu 25 (Room 05/S1), 1160 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: 1 authorised representative of each tenderer may attend the opening of the tenders. Tenderers who plan to attend the opening session have to inform Ms Jaana Utukka by e-mail cnect-r2-eoi@ec.europa.eu or letter at least 48 hrs in advance.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union funds VI.3)Additional information
Tender documents will be available for download at the address indicated under heading I.1. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise 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 obtainedOfficial name: European Commission, DG Communications Networks, Content and Technology, Directorate R: Support, Unit R2: Finance
Postal address: BU25 04/024
Town: Brussels
Postal code: 1049
Country: Belgium
E-mail: marie-christine.laffineur@ec.europa.eu
VI.5)Date of dispatch of this notice:19.3.2015