Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Economic and Financial Affairs
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: Unit ECFIN C4 Fiscal Governance
For the attention of: Call for tenders ref. 2016 ECFIN 010/C
E-mail: ECFIN-STATE-AM@ec.europa.eu
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/dgs/economy_finance/procurement_grants/procurement/calls_for_tender/index_en.htm
Electronic access to information: http://ec.europa.eu/dgs/economy_finance/procurement_grants/procurement/calls_for_tender/index_en.htm
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:
Official name: European Commission, Directorate-General for Economic and Financial Affairs
Postal address: avenue du Bourget 1
Town: Brussels (Evere)
Postal code: 1140
Country: Belgium
Contact person: ECFIN/R2 Finance
For the attention of: Call for tenders ref. 2016 ECFIN 010/C
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityEconomic and financial affairs
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 State asset management in the EU.
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: The contractor's premises unless otherwise indicated in the tender specifications.
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 an overview of assets (including State-owned enterprises) owned by the public sector in the EU 28 and encourage the adoption of best practices regarding the management (including the restructuring and/or privatisation) of the portfolio of assets, with the aim of improving the sustainability of public finances and market functioning in the European Union.
II.1.6)Common procurement vocabulary (CPV)79900000 Miscellaneous business and business-related 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:Estimated value excluding VAT:
Range: between 800 000 and 1 000 000 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: 12 (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:
Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender specifications.
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:
Call for tenders ref. 2016 ECFIN 010/C.
IV.3.2)Previous publication(s) concerning the same contractno
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 participate22.8.2016 - 17:00
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: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 29.8.2016 - 11:00
Place:
European Commission, Building CHAR, Office CHAR 13/A131, 1049 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: A maximum of 2 authorised representatives of each candidate may attend the opening of the tenders. Candidates wishing to attend are requested to notify their intention at least 3 working days in advance by sending an e-mail to the e-mail address specified in Section I.1. For organisational and security reasons, full name and ID or passport number must be provided in the e-mail 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: no
VI.3)Additional information
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 knowledge. A complaint does not have as an effect 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 obtained VI.5)Date of dispatch of this notice:24.5.2016