Services - 119447-2021

10/03/2021    S48

Belgium-Brussels: Pilot Project — Digital European Platform of Quality Content Providers (2nd Phase)

2021/S 048-119447

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, CNECT — Communications Networks, Content and Technology, CNECT.I.4 — Media Convergence and Social Media
Postal address: BU25 04/118
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: B-1049
Country: Belgium
E-mail: cnect-tendering@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/info/departments/communications-networks-content-and-technology_en
Address of the buyer profile: https://ec.europa.eu/digital-single-market/en/newsroom/call-for-tenders
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=7455
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=7455
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:

Pilot Project — Digital European Platform of Quality Content Providers (2nd Phase)

Reference number: CNECT/2021/OP/0002
II.1.2)Main CPV code
73200000 Research and development consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

This call for tenders is for the production of a feasibility study identifying the challenges and opportunities in the creation of data space(s) with the aim of fostering data and digital transition across the European news (and content) sectors.

The most important aims are:

(a) to explore what the data topologies are (e.g. media products, audience data and other relevant data and meta-data) which should be hosted by the data spaces to provide a valuable support to the competitiveness of the news and media content sector;

(b) to define the technical requirements needed to build an agile data infrastructure and identify the necessary legal and business frameworks making the data space(s) usable for organisations working across member states borders;

(c) to encourage the growth of a coalition of organisations willing to contribute to the development of a European data infrastructure;

(d) to collaborate with the first phase of the pilot project for complementary solutions; etc.

II.1.5)Estimated total value
Value excluding VAT: 390 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
II.2.4)Description of the procurement:

See internet address provided in section I.3).

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
Value excluding VAT: 390 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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:

Horizon 2020.

II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

See internet address provided in section I.3).

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.2.2)Contract performance conditions:

See internet address provided in section I.3).

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: 10/05/2021
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:
Bulgarian, Czech, Danish, German, Greek, English, 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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 12/05/2021
Local time: 11:00
Place:

Commission building BU25, Avenue de Beaulieu 25, 1160 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

See internet address provided in section I.3).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:

See internet address provided in section I.3).

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See internet address provided in section I.3).

VI.5)Date of dispatch of this notice:
03/03/2021