Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: The Executive Agency for Small and Medium-sized Enterprises (EASME)
Postal address: Covent Garden 2, place Charles Rogier 16, Office 10/179
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-HoofdstadPostal code: 1210
Country: Belgium
E-mail:
easme-procurement@ec.europa.euInternet address(es): Main address:
http://ec.europa.eu/EASMEAddress of the buyer profile:
https://ec.europa.eu/easme/en I.3)CommunicationAdditional 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 authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Support to design and running of randomized control trials under INNOSUP-06-2018
Reference number: EASME/H2020/2018/005
II.1.2)Main CPV code79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contractServices
II.1.4)Short description:
This is a call for tenders in a form of an open procedure to conclude 1 service contract in the context of the action INNOSUP-06-2018.
The contractor will be required to provide supporting services related to the design, selection methods and analysis of the results of the RCTs - randomised control trials - projects funded by INNOSUP-06-2018.
The work is divided into four work packages which will take place at different stages before and during the implementation of projects selected under the call “INNOSUP-06-2018”:
Tasks to be carried out by the contractor are further detailed in the tender specifications in Section 1.4.1.
II.1.5)Estimated total valueValue excluding VAT: 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:
The tasks are to be performed at the premises designated by the contractor, save where meetings are to be held at EASME's or the European Commission’s premises.
II.2.4)Description of the procurement:
The general objective of this service contract is to provide supporting services related to the design, selection methods and analysis of the results of the RCTs - randomised control trials - projects funded by INNOSUP-06-2018.
The work is divided into four work packages which will take place at different stages before and during the implementation of projects selected under the call “INNOSUP-06-2018”:
Tasks to be carried out by the contractor are further detailed in the tender specifications in Section 1.4.1.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
See internet address provided in Section I.3.
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 work programme 2018 – 2020 Chapter 7 'Innovation in Small and Medium-sized enterprises (SMEs)'
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.
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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 23/04/2018
Local time: 15:00
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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 24/04/2018
Local time: 16:30
Place:
The Executive Agency for Small and Medium-size Enterprises (EASME), Covent Garden, 2 place Rogier 16, 1210 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.3)Additional information:
See internet address provided in Section I.3.
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:16/03/2018