Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from another address:
Official name: European Commission, Directorate-General for Communications Networks, Content and Technology, Directorate R: Resources and Support, Unit R2: Budget and Finance
Postal address: BU25 04/054
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-HoofdstadPostal code: B-1049
Country: Belgium
Contact person: Ms Iorbanka Cuiza Perez
E-mail:
CNECT-R2-EOI@ec.europa.euInternet address(es): Main address:
https://ec.europa.eu/digital-single-market/en/newsroom/call-tenders/Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityEconomic and financial affairs
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Monitoring progress in national initiatives on digitising industry – SMART 2018/0002
Reference number: 2018/0002
II.1.2)Main CPV code73200000 Research and development consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
Reporting and monitoring the development of national initiatives on digitalisation is an important element of the Digitising European Industry (DEI) initiative. The objective of this study is to build a well-structured collection, monitoring and analysis instrument covering the whole European Union. This instrument provides consistent yearly digitalisation reports and analyses of measures in the broader framework of emerging digital growth strategies that are linked to national innovation and industrial policies over 3 years. It follows the main DEI action lines: boosting innovation capacity; regulatory framework; skill development; and national governance structure. The analysis will cover transversal elements, which are common to several Member States and are significant from the point of view of European added value. The analysis is accompanied by detailed country reports highlighting the national approaches to digitising industry, policies and investments.
II.1.5)Estimated total valueValue excluding VAT: 300 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
II.2.4)Description of the procurement:
See internet address provided in Section I.3.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Understanding of the context / Weighting: 20
Quality criterion - Name: Quality of the proposed methodology and tools for performing the tasks / Weighting: 40
Quality criterion - Name: Organisation of the work and resources / Weighting: 30
Quality criterion - Name: Quality control measures / Weighting: 10
Price - Weighting: 40/100
II.2.6)Estimated valueValue excluding VAT: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 33
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
See internet address provided in Section I.3.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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 contractObligation 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 procedureOpen 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 participateDate: 04/05/2018
Local time: 23:59
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, 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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 08/05/2018
Local time: 10:00
Place:
European Commission, Directorate-General for Communications Networks, Content and Technology, 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 recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in Section I.3.
VI.5)Date of dispatch of this notice:28/03/2018