Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, DG Communications Networks, Content and Technology, Directorate B: Electronic Communications Networks and Services, Unit B2: Regulatory Coordination and Users
Postal address: BU33 04/035
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Mr Vesa Terävä
E-mail: cnect-bos@ec.europa.eu
Internet address(es):
General address of the contracting authority: http://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=451
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
Other: Communications Networks, Content and Technology.
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:
Study on 'Review of the scope of universal service' — SMART 2014/0011.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 11: Management consulting services [6] and related 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 objective of the study is to provide a factual and solid socio-economic assessment which will allow, together with data to be collected from NRAs, to decide on whether or not, and how, to change the scope of the universal service at EU level. Therefore the study has inter alia to assess: (i) the socio-economic, direct and indirect benefits and costs of providing a (minimum) quality of broadband service at EU level; (ii) to what extent the market and policy initiatives (other than universal service) are likely to provide users with broadband connections (e.g. considering LTE deployment and national broadband plans; EU structural funds; State aid), (iii) the appropriateness of current universal service requirements and modalities; (iv) a possible reduction of current universal service obligations to the extent the market delivers these services (e.g. access to publicly available telephone services, directory and directory enquiry service, public payphones). In addition to that, the study will assess the affordability of tariffs within the universal service regime, as well as the possibility of additional universal service broadband obligations, namely the feasibility and costs of connecting public places of specific interest such as schools, libraries and health care centres. Besides that, the positive and negative aspects of the different financing mechanisms for universal service will be assessed (e.g. by public means, financial contributions from the electronic communications sector or other beneficiaries, and/or by consumers of fixed-line and wireless services in the form of extra charges).
II.1.6)Common procurement vocabulary (CPV)79419000 Evaluation consultancy 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): yes
II.1.8)LotsThis contract is divided into lots: no
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: 150 000 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: 10 (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:
See tender specifications.
III.1.4)Other particular conditionsThe 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 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.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
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 2014/0011.
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate12.5.2014 - 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: 19.5.2014 - 10:30
Place:
Commission building BU33, 4th floor, room 04/65, avenue de Beaulieu 33, 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 tenders. Tenderers who wish to attend the opening session have to inform Mr Vesa Terävä by e-mail (cnect-bos@ec.europa.eu) or fax (+32 22961507) and specify the name of the person who will attend the opening, at least 48 hours in advance.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Electronic Communication Policy.
VI.3)Additional information
Tender documents will be available at the address indicated under heading I.1. The website will be updated regularly and it is the tenderer's 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. 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 B: Electronic Communications Networks and Services, Unit B2: Regulatory Coordination and Users, attention: Mr Vesa Terävä
Postal address: Office BU33 04/035
Town: Brussels
Postal code: 1049
Country: Belgium
E-mail: vesa.terava@ec.europa.eu
Internet address: http://ec.europa.eu/dgs/connect/index_en.htm
VI.5)Date of dispatch of this notice:3.4.2014